HomeMy WebLinkAboutC-9529-1 - As-Needed Sports & Recreational Field Landscape ServicestN
LJ 1
(r CITY OF NEWPORT BEACH
V NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 3:00 PM on the 10 day ofAprii, 2024,
at which time such bids shall be opened and read for
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
$250,000.00
Estimated Annual Bid Value
Approved
/James M. Houlihan
puty PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.121anetbids.com/portal/portal.cfm?CompanylD=22078
Hard copy plans are available via (Select One)
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project: "C-27"
For further information, call Kevin Pekar, Parks and Trees Superintendent, at (949) 644-3369
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
https://www. newportbeachca.gov/qovernment/data-hub/online-services/bids-rfps-vendor-registration
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 19
INFORMATION REQUIRED OF BIDDER..................................................................... 20
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit C
PROPOSAL.............................................................................................................. PR-1
SPECIAL PROVISIONS............................................................................................ SP-1
PR-1
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
5. The estimated quantities indicated in the PROPOSAL are approximate and are given solely to
allow the comparison of total bid prices.
PR-1
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
6. in accordance with the California Labor Code (Sections 1770 et seq.J, the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All' parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shaft be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and' Section 4100 et seq. of the Public Contracts
Code,. "Sublbtting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
PR-1
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
592268 Class A, C27, C31, C61/D49 n�:� k"::�
Contractor's License No. & Classification Authorized Signature/Title T rry Noriega, President
1000005079
DIR Registration Number & Expiration Date
Mariposa Landscapes, Inc.
Bidder
PR-1
3/22/2024
Date
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of TEN PERCENT THE AMOUNT BID IN*********************************
Dollars ($ 10°i°**""***`**""`**'**') to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of AS -
NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE SERVICES, Contract No. 9529-1
in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and
the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract
Documents in the form(s) prescribed, including the required bonds, and original insurance
certificates and endorsements for the construction of the project within thirty (30) calendar days
after the date of the mailing of "Notification of Award", otherwise this obligation shall become null
and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 27th day of March 2024.
Mariposa Landscapes, Inc.
Name of Contractor (Principal)
Hartford Fire Insurance Company
Name of Surety
1 Pointe Drive, Brea, CA 92821
Address of Surety
714-674-4599
Telephone
Autho "zed Signature i le
e64etll%
Authoriz gent Signature
EMILY PRECIADO Attorney -In -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
PR-1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be thg/ rson(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me�fiat he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/h jerltheir signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Date of Document
Type or Title of Document
Number of Pages in: Document
Document in a Foreign Language
iVVs of the State of California that the foregoing
OPTIONAL INFORMATION
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
PR-1
(seal)
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/sh /they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the Sate of California that the foregoing
paragraph is true and correct. j
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of th;e individual
who signed the document to which this/ certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
On
SS.
before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within;(nstrument and acknowledged to me that he/she/they executed the same
in his/her/their authori ed capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
(seal)
20
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
PR-1
(seal)
CALIFORNIA• • ODi
c�Y.si !'.Y�'Cc�'.c� .s�C.s�.Cs�'.. •� .c�C..'!.�c��C�Crc�C!aZ.<.caC.:.t.:�C�c�'C�'..�`.c�C v:�f�:.-.�•.w�<.>.ca`.s�i/,C,�.��'�s��.:�C�t..�•.s�C.c�C CSC aC
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Los Angeles )
On March 27, 2024 before me, Mary Smith, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared _ Emily Preciado
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(p) whose name(R) is/00
subscribed to the within Instrument and acknowledged- to me that M/she/fl`[W executed the same in
lWher/M& authorized capacityo", and that by M/her/Wr signature(k) on the instrument the person(g),
or the entity upon behalf of which the person(4 acted, executed the instrument.
MARY SMITH
COMMISSION #2433024 x
Notary Public - California Z
_ ` ` LOS ANGELES COUNTY C
�� My Commission Expires
JANUARY 28, 2027
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature
Sigrt re f Notary Public
Sill
OPTIONAL
Though this section is optional, completing this information can deter alteration of the
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages;
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
LJ Partner — ❑ L:1-11,Attor
ted ❑ Gene
El Individual Fact
ElTrustee ardian or Conservator
❑ Other: _
Signer epresenting:
Signer's Name:
I- I Corporate Officer — Title(s):
CI Partner — I:I Limited Fl General
!D Individual I .I Attorney in Fact
❑ Trustee L1 Guardian or Conservator
Cl Other:
Signer Is Representing:
6 W—flo .•J'�L% .✓<"J<�. ' 9C✓.5'ti •b 'a4'✓ ri ars�✓.tiC/.1'e�.'dn.... ri «.G'e/.'✓ +i.�. 'ems e��i��'. ' VM es5v ill-L ✓6C✓,�:- G'�
02014•nal Notary Association www.NationalNotary.org :11 NOTARY ill i • •I 91
Direct Inquiries/Claims to:
THE HARTFORD
POWER OF ATTORNEY One HartordPlaza
tltltl ���..��.JJJ111 ��� 11 Hartford, Connecticut 06155
Bond. Cl alms(cDthehartford.com
call: 888-266-3488 orfax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOLTON & COMPANY
Agency Code: 72-183250
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the Stale of Indiana
0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
0 Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the Slate of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint
up to the amountof Unlimited :
Steven L. Brockmeyer, Barbara Doerning, Emily Preciado, Mary Smith, Ronald C.
Wanglin of PASADENA, California
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
�riF y.i�•!'°e�€ i3�9; �,ar,*a��!%
lyy91D7g
N;,f a'`,ncoo•oa+
1•�^ Wx� /!!uV' .. a ,,;f
Shelby Wiggins, Assistant Secretary
STATE OF FLORIDA
ss. Lake Mary
COUNTY OF SEMINOLE
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that
(s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;
that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
Jessica Ciccone
My Commission tIH 122280
Expires June 20, 2025
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 27, 2024
Signed and sealed in Lake Mary, Florida.
Joelle L. LaPierre. Assistant Vice President
_•y1Y liW� S' O�TI��moN.y•:. s`�e 1c6tt Venoa : 0
c
�.
, ft9PlOMIlO „
3 9
Keith D. Dozois, Assistant Vice President
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On '>' -/1 ' 20-,?tA before me, Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared-�1'bUk
who proved to me on the basis of sati factory evide ce to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
�—
BRANDON JAMES WILLIAMSON
WITNESS my hand and official seal.
Notary Public • California
` ry
Los Angeles County
` Commission = 2354892
My Comm. Expires Apr 19, 2025
Signatur ���� �(Seal)
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE SERVICES
Contract No. 9529-1
DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DI registration numbers for each subcontractor.
Mariposa Landscapes, Inc.
Bidder
PR-1
- Lik-c��
Authorize Signature/Title Terry Noriega, President
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Mariposa Landscapes, Inc.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE.
Bidders must possess a minimum of 10 years of experience doing field renovation work.
Bidders with no field renovation experience for an Orange County coastal agency shall
be considered non -responsive.
Bidders who have not been awarded contracts valued at over $500,000 dollars shall
be considered non -responsive.
Bidders shall provide three (3) current municipal references, which, when checked, will
need a minimum "B grade", or shall be considered non -responsible.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number Landscape Maintenance of Medians and Roadsides
Project Description Landscape Maintenance
Approximate Construction Dates: From 2016
Agency Name City of Newport Beach
Contact Person Kevin Pekar
To:2021
Telephone (949) 644-3069
Original Contract Amount $2.795,681.00 Final Contract Amount $ 2,795,681.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
PR-1
No. 2
Project Name/Number Landscape Maintenance Services
Project Description Landscape Maintenance and Irrigation
Approximate Construction Dates: From 2013
Agency Name City of Arcadia
To: Current
Contact Person Dave Thompson Telephone (626) 254-2709
Original Contract Amount $522,963.00 Final Contract Amount $ 522,936.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
No. 3
Project Name/Number Landscape Maintenance Contract
Project Description Landscape Maintenance and Irrigation of Medians and Parkways
Approximate Construction Dates: From 1989
To: Current
Agency Name City of Rancho Cucamonga
Contact Person Steve Relph Telephone (909) 774-2730
Original Contract Amount $1,602,650.0oFinal Contract Amount $1,602,650.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
PR-1
No. 4
Project Name/Number Landscape Maintenance- LIVID Areas
Project Description Landscape Maintenance and Irrigation
Approximate Construction Dates: From 2015 To: Current
Agency Name City of Tustin
Contact Person Forrest Locke
Telephone (714) 573-3357
Original Contract Amount $2,048,246.00Final Contract Amount $ 2,048,246.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
No. 5
Project Name/Number Landscape Maintenance
Project Description Landscape Maintenance and Irrigation
Approximate Construction Dates: From 2017
Agency Name City of Monrovia
Contact Person Todd Hull
To: Current
Telephone (626) 253-0013
Original Contract Amount $ 708,991.00Final Contract Amount $ 708,991.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
lama's
No. 6
Project Name/Number
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor. *Please see attached resume
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Mariposa Landscapes, Inc.
Bidder Authorized ignature/Title Terry Noriega, President
PR-1
M A R I P O S A
L A N D S C A P E S I N C
Resume
Michael Williams -Area Branch Manager
Phone: (626) 647-6238
Email: Michael.williams@mariposa-ca.com
Michael Williams will be the person in -charge and responsible for project management, communication
with foreman, field supervisor and primary contact with the City of Newport Beach.
He has over 5 years of work experience with Mariposa Landscapes, Inc. Overall, Michael has over 45
years of work experience conducting and overseeing Landscape Maintenance work for Public Works,
Commercial and Residential. With vast experience in all aspects of irrigation design and retrofit,
Maintenance and Arbor care
• Over 45 years of experience in landscape management, irrigation design and retrofit,
maintenance and arbor care.
• BS in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License 133955
• Reclaimed Water Site Supervisor Certified
<�19 TEL 800 794 9458 Fax 626 960 8477 www.mariposa-ca.com
6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49
Our Cof•e Values — Safetlj • Teamzvork • Quality • Integrity
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Los Angeles )
Terry Noriega being first duly sworn, deposes and says that he or she is
Presirieot of Mariposa Landscapes Inc. , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State f Califomi that the foregoing is true and correct.
Mariposa Landscapes, Inc.
Bidder Authorized S nature/Title erry Noriega, President
Subscribed and sworn to (or affirmed) before me on this day of
by prgved- me on the basis of
satisfactory evidence to be the person(s) who appeare�efore me.
I certify under PENALTY OF PERJUR un-d
paragraph is true and correct.
[SEAL]
�r the laws of the State of California that the foregoing
v
PR-1
Notary Public
My Commission Expires:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On '� • 9r�:) "2'0?'0 before me, Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared i , "M'It
who proved to me on the basis of satisf�Jry eviden' to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.\' BRANDON DAMES WILLIAMSON
Notary Public • California
z
Los Angeles County
Commission /892
235I My Comm. Expires Apr 9, 2025
Signature (Seal)
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
DESIGNATION OF SURETIES
Bidder's name Mariposa Landscapes, Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
The Hartford Address: One Point Drive, Brea, CA 92821 Ph (714)674-1291 -Bonds
Bolton & Co. Address: 3475 E. Foothill Blvd, Pasadena, CA 91107 Ph (626)799-7000 -Bonds
Federated Mutual Insurance Co. Address: P.O. Box 328, Owatonna, MN 55060 Ph 1-888-333-4949 -Insurance
Alaska National Ins. Co. Address: 6320 Canoga Ave., 12th FI., Woodland Hills, CA 91367 Ph (818) 598-8941 - Insurance
PR-1
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Mariposa Landscapes, Inc.
Record Last Five (5) Full Years
Current Year of Record
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2023
2022
2021
2020
2019
Total
2024
No. of contracts
189
520
532
520
381
505
2,647
Total dollar
$8,100,000
$67,335,0
$58,529,00
$50,940,00
$39,620,0
$40,920,0
$265,444,0
Amount of
.00
00.00
0.00
0.00
00.00
00.00
00.00
Contracts (in
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
6
4
4
4
5
23
No. of lost
0
0
1
1
1
2
5
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
PR-1
Legal Business Name of Bidder Mariposa Landscapes, Inc.
Business Address: 6232 Santos Diaz St., Irwindale, CA 91702
Business Tel. No.: (626) 960-0196
State Contractor's License No. and
Classification: 592268 Class A, C27, C31, C61/D49
Title Terry Noriega, President
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
3/22/2024
Terry Noriega, President
Date 3/22/2024 --
Title Antonio Valenzuela, Secretary
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
(NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
PR-1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On '� %rO•%O?d
before me, Brandon James Williamson, Notary Public
1 (insert
name and title of the officer)
personally appeared 11� lV�,���(�i� (kak Y �� U*% ti�f Gt4-tut ck
who proved to me on the basis of(gatisfactoryjevidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
BRANDON JAMES WILLIAMSON
WITNESS my hand and official seal. Notary Public - California
<r
€ Los Angeles County
Commission " 2354892
°`"0"" My Comm. Expires Apr 19 2025 r
Signature -;;��� �� (Seal)
State ®f California s
Secretary of State
Statement of Information
FQ60862
(Domestic Stock and Agricultural Cooperative Corporations)
FEES (Filing and Disclosure): $25.00,
FILE®
If this is an amendment, see instructions.
IMPORTANT — READ INSTRUCTIONS BEFORE COMPLETING THIS FORM
In the office of the Secretary of State
of the State of California
1. CORPORATE NAME
MARIPOSA LANDSCAPES, INC.
AUG-25 2017
2. CALIFORNIA CORPORATE NUMBER
C 1469653
This Space for Filing Use Only
No Change Statement (Not applicable if agent address of record is a P.O. Box address. See instructions.)
3, If there have been any changes to the information contained in the last Statement of Information filed with the California Secretary
of State, or no statement of information has been previously filed, this form must be completed in Its entirety.
If there has been no change In any of the information contained in the last Statement of Information filed with the California Secretary
of State, check the box and proceed to Item 17.
Comple#'eAd'dfe'ss6s for'}dj fiollbViYirig''{'pd'isgt i31i4eevia(e th'e'narrie of fhe city." lteriis 4"and 5 cannot be P.O. Boxes,)
4. STREET ADDRESS OF PRINCIPAL rkE'CUTIVE 6FPICL'7 ` CITY STATE ZIP CODE
6232 SANTOS DIAZ ST, IRWINDALE, CA, 91702 -
5. STREET ADDRESS OF PRINCIPAL BUSINESS dOldE IN CALIFORNIA, IF ANY CITY STATE ZIP CODE
6232 SANT05 DIAZ ST, IRWINDALE, CA 91702.
6. MAILING ADDRESS OF CORPORATION. IF DIFFERENTYNAN'1TEM 4 CITY STATE ZIP CODE
Namelkand.Complete A'ddfass.es'$f,tfie..0 oRav)(ing.Officers „(,The co'rp.ordflon must 1W.11hese three officers. A comparable title fox the specific
officer may,be added;' however, the preprinted titles on this form must not be altered.) '`�
7. CHIEF EXECUTIVE OFFICER! ADDRESS CITY STATE ZIP CODE
TERRY L NORIEGA 6232 SANTOS DIAZ ST, IRWINDALE, CA 91702
B. SECRETARY ADDRESS CITY STATE , ZIR BODE
ANTONIO VALENZUELA 6232 SANTOS DIAZ ST, IRWINDALE, CA 91702
9. CHIEF FINANCIAL OFFICER/ ADDRESS CITY STATE ZIP CODE
THERESA •LLY 6232 SANTOS DIA•Z-ST, IRWINDALE; CA 91702
Names and Complete Addresses of All Directors, Including Directors Who are Also Officers (The corporation must have, at least one
director. Attach -additional pages,. If necessary.).
10. NAME ApbRESS CITY STATE ZIP CODE
TERRY ,NORIEGA 6232 SANTOS•DIAZ'ST, IRWINDALE, CA 91702
11. 'NAME ADDRESS '" CITY STATE ZIP CODE
12. NAME ADDRESS CITY STATE ZIP CODE
13. NUMBER OF VACANCIES ON THE. BOARD OF DIRECTORS, IF ANY:
Agent for Service of Process if the agent is an individual, the agent must reside In California and Item 15 must be completed with a California street
address, a P.O. Box address is not accgptable. If the agent is another corporation, the agent must have on file with the California Secretary of State a
certificate purSLIant to California Corporations Code section 1505 and Item 15 must be left blank.
14, NAME OF AGENT FOR SERVICE OF PROCESS
TERRY NORIEGA
15. STREET'ADDRESS OF AGENT FOR 'SERVICEIQF PRC PES5 IN-CALIFORNIA, IF AN INDIVIDUAr CITY STATE ZIP CODE
6232 SANTOS,DIAZ ST, IRWINGALE,'CA 9 j702:
Type of Bpslnes's
16. DESCRIBE THE TYPE OF BUSINESS OF THE CORPORATION
LANDSCAPE MAINTENANCE SERVICES
17 BY SUBMITTING THIS STATEMENT•OF INFORMATION TO THE CALIFORNIA SECRETARY OF STATE, THE CORPORATION CERTIFIES THE INFORMATION
CONTAINED HEREIN, INCLUMNG-ANY ATTACHMENTS, iS TRUE AND CORRECT f
/,
08/25/2017 BRANDON Y HUANG CONTROLLER Cam/
DATE TYPEIPRINT NAME OF PERSON COMPLETING FORM TITLE SIGNATURE
SI-200 (REV 01/201 3) Page 1 of 1 APPROVED BY SECRETARY OF STATE
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Mariposa Landscapes, Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
None
PR-1
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Mariposa Landscapes, Inc.
Business Address: 6232 Santos Diaz St., Irwindale, CA 91702
Telephone and Fax Number: (626) 960-0196 (66) 960-8477
California State Contractor's License No. and Class:592268 Class A, C27, C31, C61/D49
(REQUIRED AT TIME OF AWARD)
Original Date Issued:4/19/1990 Expiration Date:04/30/2024
List the name and title/position of the person(s) who inspected for your firm the site of the
work proposed in these contract documents:
Michael Williams - Area Manaaer
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and company or corporate officers having a principal
interest in this proposal:
Name Title Address Telephone
Terry Noriega, President 6232 Santos Diaz St., Irwindale, CA 91702 (626) 960-0196
Antonio Valenzuela, Secretary 6232 Santos Diaz St., Irwindale, CA 91702 (626) 960-0196
Theresa Lu, Chief Financial Officer 6232 Santos Diaz St., Irwindale, CA 91702 (626) 960-0196
Corporation organized under the laws of the State of California
205
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
Not Applicable
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
None
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
*Please see attached
Briefly summarize the parties' claims and defenses;
*Please see attached
Have you ever had a contract terminated by the owner/agency? If so, explain.
No
Have you ever failed to complete a project? If so, explain.
No
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor com liance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /(NO)
PR-1
M A R 1 P 0
L A N D S C A P E S
Name
Flores v. City of Burbank
Hansell V City of Rancho
Cucamonga
Aronson v. City of Palm Springs
Garcia v. Hai
M. Acosta v Mariposa
Landscapes Inc.
J. Rivera v. Mariposa Landscapes
Inc.
A. Moctezuma v. Mariposa
Landscapeslnc.
J. rarias v. Mariposa Landscapes
Inc.
Mabus v. City of Newport Beach
Allen v. Mariposa Landscape
Milliken v. City of Carona
Okeke v. County of Los Angeles
Farmers Ins v Mariposa
Landscapes
Calderon v. Mariposa
Landscapes
Salmeron v. City of Corona
Mariposa Landscapes Inc.
Pending and Settled Litigation
Claim/Case No.
Date
court
19STCV02043
January22, 2019
Superior, Los Angeles
CIVDS1725721
February 21, 2019
Superior, San Bernardino
PSC1902825
April 24, 2019
Superior, Riverside
ZOSTCV33096
August 28, 2020
Superior, Los Angeles
56-2021.00549651
January20, 2021
Superior, Ventura
56-2021-00549647
January 20, 2021
Superior, Ventura
56-2021-00549650
January 20, 2021
Superior, Ventura
21PSCV00402
May17,2021
Superior, Los Angeles
30-ZO21-01221557
September 16, 2021
Superior, Orange
21STCV37080
October 7, 20Z1
Superior, Los Angeles
CVRlZZ0046
January 6, 20ZZ
Superior, Riverside
22STCV10713
May5,2022
Superior, Los Angeles
CIVSB2212231
June 13, 2022
Superior, San Bernardino
22STCV19397
June 14, 2022
Superior, Los Angeles
CVR12204878
November04,2022
Superior, Riverside
S A
I N C
Status
Dismissed
GL
Dismissed 05-21-20
GL
Dismissed
GL
Dismissed
GL
Pending
Emp
Pending
Emp
Pending
Emp
Pending
Emp
Dismissed
GL
Pending
GL
Pending
GL
Dismissed
GL
Dismissed
GL
Pending
Emp
Pending
GL
4q'q • • • • • • www.mariposa-ca.com
800 794 9458 Fax 626 960 8477 www.mariposa ca.com
6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49, C-61, C-31
Our Core Values — Safety • Teamwork • Quality • Integrity
Are any claims or actions unresolved or outstanding? Yes /(
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non -responsive.
Mariposa Landscapes, Inc.
Bidder
On
before me,
Terry Noriega, President
(Print name of Owner or President
of Corporation Company)
Authorized Sig ature/Title Terry oriega, President
President
Title
3/22/2024
Date
satisfactory evidence to be the person(s) whose names) is/are
acknowledged to me that he/she/they executed the same in his
by his/her/their signature(s) on the instrument the person(s)—,or,a
acted, executed the instrument. , . , U
I certify under PENALTY OF PERJ
paragraph is true and correct.
"r \�
WITNESS my hand_nfi(official seal.
ry Public in and for said State
My Commission Expires:
, Notary Public ersonally appeared
who prov Ito me on the basis of
su�b Gr�o the within instrument and
taef/fheir authorized capacity(ies), and that
die entity upon behalf of which the person(s)
laws of the State of California that the foregoing
PR-1
(SEAL)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On `Z) before me, Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared ��kkok
who proved to me on the basis of satisfAdory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. E� �...� BRANDON JAMES WILLIAMSONN
��- Notary Public - California z
Los Angeles County >
Commission 2354892
My Comm, Expires Apr 19, 2025
Signature (Seal)
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Project Manager
within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on
the "Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
.m
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
(This is a City Standard On -Call Agreement Template, which includes any and all possible language
variations depending on the type of service being requested. Language in grey text should be considered
non -applicable or optional. Please also note that generally speaking, the City Attorney's Office and Risk
Management will not allow any changes to these standard terms and conditions, including but not limited
to, indemnification, hold harmless, insurance requirements, and so forth. The Awarded Contractor will be
provided with an approved as to form contract processed by the City Attorney for final signatures and
execution)
PR-1
City of Newport Beach
AS -NEEDED SPORTS & RECREATIONAL FIELD LANDSCAPE
SERVICES
Contract No. 9529-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials except that material supplied by the
City and shall perform all work required to complete Contract No. 9529-1 in accordance with
the Plans and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
3/22/2024
Date
(626) 960-0196 (626) 960-8477
Bidder's Telephone and Fax Numbers
Mariposa Landscapes, Inc.
Bidder
President
Bidder's Autliorized Signat re and Title
592268 Class A, C27, C31, C61/D49 6232 Santos Diaz St., Irwindale, CA 91702
Bidder's License No(s). Bidder's Address
and Classification(s)
1000005079
DIR Registration Number
Bidder's email address: estimating@mariposa-ca.com
City of Newport Beach Page I of 4
AS -NEEDED SPORT 3 RECREATIONAL FIELD LANDSCAPING SERVICES (9529-1), bidding on 04/10/2024 3:00 PM (PDT) Printed 04/1112024
Bid Results
Bidder Details
Vendor Name
Mariposa Landscapes, Inc.
Address
6232 Santos Diaz St.
Irwindale, California 91706
United States
Respondee
Joceylin Figueroa
Respondee Title
Estimator
Phone
626-960-0196
Email
joceylin.figueroa@mariposa-ca.com
Vendor Type
MBE, CADIR
License #
592268
CADIR
1000005079
Bid Format
Electronic
Submitted
04/10/202412:51 PM (PDT)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
372713
Respondee Comment
Buyer Comment
Attachments
File Title File Name File Type
BID SUBMITTAL C-9529-1 Mariposa Landscapes Inc.pdf BID SUBMITTAL C-9529-1 Mariposa Landscapes Inc.pdf General Attachment
Bid Bond
Bid Bond C-9529-1 Mariposa Landscapes Inc.pdf Bid Bond C-9529-1 Mariposa Landscapes Inc.pdf Bid Bond
PlanetBids
City of Newport Beach
AS -NEEDED SPORT & RECREATIONAL FIELD LANDSCAPING SERVICES (9529-1), bidding on 04/10/2024 3:00 PM (PDT)
Page 2 of 4
Printed 04/11/2024
Subcontractors
Showing 7 Subcontractor
Name & Address Desc
All Pro Turf Services Turf Maintenance -
451 W. Valley View Dr. drill and fill
Fullerton, California 92835
License Num
899881
CADIR Amount Type
1000005034 $13,300.00
PlanetBids
City of Newport Beach Page 3 of 4
AS -NEEDED SPORT 3, RECREATIONAL FIELD LANDSCAPING SERVICES (9529-1), bidding on 04/1012024 3:00 PM (PDT) Printed 04/1112024
Line Items
Discount Terms No Discount
Item Item
Type Item Description
UOM
QTY Unit Price
Line Total Response
Comment
If Code
Section 2
S32,491.75
1
Deep -Tine Aeration - 10 inch solid tines (Per Field = 70,000 Sq. Ft)
Sq Ft
70000 S0.00
S0.00
Yes
S0.007857/sgft
2
Dethatch/RenovateNacuum Cut (Per Field = 70,000 Sq. Ft)
Sq Ft
70000 $0.00
S0.00
Yes
S0.048571/sgft
3
Install City -approved Mirlmlchl-brand organic fertilizer product (at 20lbs/1,000 square feet)
Sq Ft
70000 $0.00
S0.00
Yes
$0.009400/sqft
4
Apply City -approved greens sand and level (at 30 Cubic yards per field)
Cubic
30 $33.13
$993.90
Yes
Yard
5
Shatter -Tine Aeration (Per Field = 70,000 Sq. Ft)
Sq Ft
70000 $0.00
$0.00
Yes
$0.007543/sgft
6
Gypsum Application at 25lbs/1,000 square feet (Soil Buster or equal)
Sq Ft
70000 $0.00
S0.00
Yes
S0.022400/sgft
7
Mow (Reel Blade)
Sq Ft
70000 $0.00
S0.00
Yes
$0.010143/sgft
8
Mow (Rotary Blade)
Sq Ft
70000 $0.00
S0.00
Yes
S0.006629/sgft
9
Core aeration and remove plugs
Sq Ft
70000 $0.00
$0.00
Yes
$0.017729/sgft
10
Fertilize w/ 21-0-0 (or Equal) at 1 lb. of N/1,000 square feet
Sq Ft
70000 $0.00
$0.00
Yes
$0.012857/sgft
11
Drill and FIII Aeration (up to 12-Inch in depth w/ a City -approved Infill material.
Sq Ft
70000 $0.19
S13,300.00
Yes
Sand Banding - creating vertical slits In soil up to 8-Inch in depth at 10-Inches between slits, filled with an City -approved
Sq Ft
70000 S0.11
$7,700.00
Yes
12
infll material.
13
Replacing Home Plate
Each
1 S229.00
$229.00
Yes
14
Replacing Pitchers Plate
Each
1 $133.00
$133.00
Yes
15
Replacing Base Anchors
Each
1 $175.00
$175.00
Yes
16
Moving soccer goal
Each
1 $182.00
$182.00
Yes
17
Add Turface to Baseball or Softball Infield (40 bags per field)
Per Field
1 S3,663.00
$3,663.00
Yes
18
Add Brickdust to Baseball or softball Infield
Per Field
1 $3,384.00
$3,384.00
Yes
19
Remove existing, Install, and Roll Hybrid Bermuda Sod Barriers (or equal) (Less than 5,000 Sq. Ft.)
Sq Ft
1 $3.00
S3.00
Yes
20
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or equal) (5,000-20,000 Sq. Ft.) +
Sq Ft
1 $2.75
S2.75
Yes
21
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or equal) (20,001+ Sq. Ft.) •
Per Field
1 S2.50
$2.50
Yes
22
Apply City -approved Seed and top -dress (20 yards approx. per field)
Per Yard
1 $1,542.00
$1,542.00
Yes
23
Apply City -approved greens sand and level (less than 10 yards)
Per Yard
1 $38.40
$38.40
Yes
24
Apply City -approved greens sand and level (10 yards or greater)
Per Yard
1 $35.40
$35.40
Yes
25
Apply City -approved Agulnaga 80-20, Athletic Mix and level (less than 10 yards)
Per Yard
1 S38.40
$38.40
Yes
26
Apply Agulnaga 80-20, Athletic Mix and level (10 yards or greater)
Per Yard
1 $35.40
$35.40
Yes
27
Provide and Install field closure fencing and metal stakes (green or orange snow fencing material or approved equal)
Per 100
1 $810.00
$810.00
Yes
Fe
28
Labor rate- Forman
Per Hour
1 $60.00
$60.00
Yes
29
Labor rate- Laborer
Per Hour
1 $44.00
844.00
Yes
30
Labor rate- Equipment Operator
Per Hour
1 $65.00
$65.00
Yes
31
1Ton Dump Truck
Per Hour
1 $15.00
$15.00
Yes
32
Tractor/Skid Steer
Per Hour
1 S40.00
$40.00
Yes
PlanetBids
City of Newport Beach
AS -NEEDED SPORT & RECREATIONAL FIELD LANDSCAPING SERVICES (9529-1), bidding on 04110I2024 3:00 PM (PDT)
Page 4 of 4
Printed 04111/2024
Line Item Subtotals
Section Title
Section 2
Grand Total
Line Total
$32,491.75
$32,491.75
PlanetBids
ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
WITH MARIPOSA LANDSCAPES, INC FOR
SPORTS & RECREATIONAL FIELD LANDSCAPE SERVICES
THIS ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
("Agreement") is made and entered into as of this 14th day of May, 2024 ("Effective
Date"), by and between the CITY OF NEWPORT BEACH, a California municipal
corporation and charter city ("City"), and MARIPOSA LANDSCAPES, INC, a California
corporation ("Contractor"), whose address is 6232 Santos Diaz St., Irwindale, California
91702, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Contractor to perform on -call maintenance and/or repair
services consisting of various tasks related to maintenance and renovation of
youth sports fields in the City ("Project").
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the maintenance and/or repair services described in this
Agreement.
D. Contractor has examined the location of all proposed work, carefully reviewed
and evaluated the specifications set forth by City for the Project, is familiar with
all conditions relevant to the performance of services, and has committed to
perform all work required for the compensation specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on May 13, 2029, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Contractor shall perform the on -call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Contractor shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided;
2.1.2 The position of each person to be assigned to perform the
Services, and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this
Agreement and Contractor shall perform the Services in accordance with the schedule
included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the
Services shall be performed to completion in a diligent and timely manner. The failure
by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter
Proposal, if any, or perform the Services in a diligent and timely manner may result in
termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Contractor shall not be responsible for
delays due to causes beyond Contractor's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein, not later than two (2) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Contractor's control.
3.4 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the circumstances, by
fax, hand -delivery or mail.
4. COMPENSATION TO CONTRACTOR
4.1 City shall pay Contractor for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Letter Proposal
and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein
by reference. Except as otherwise provided herein, no rate changes shall be made
during the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including
all reimbursable items, shall not exceed One Million Two Hundred Fifty Thousand
Mariposa Landscapes, Inc Page 2
Dollars and 00/100 ($1,250,000.00), without prior written amendment to the
Agreement.
4.2 Contractor shall submit monthly invoices to City describing the Work
performed the preceding month. Contractor's bills shall include the name and/or
classification of employee who performed the Work, a brief description of the Services
performed and/or the specific task in the Scope of Services to which it relates, the date
the Services were performed, the number of hours spent on all Work billed on an hourly
basis, and a description of any reimbursable expenditures. City shall pay Contractor no
later than thirty (30) calendar days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Contractor only for those costs or expenses
specifically identified in Exhibit B to this Agreement and the Letter Proposal, or
specifically approved in writing in advance by City.
4.4 Contractor shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the
Project, but which is not included within the Scope of Services and which the parties did
not reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B
and the Letter Proposal.
5. PROJECT MANAGER
5.1 Contractor shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Michael Williams to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Contractor, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works. City's Director of
Public Works or designee shall be the Project Administrator and shall have the authority
to act for City under this Agreement. The Project Administrator shall represent City in
all matters pertaining to the Services to be rendered pursuant to this Agreement.
Mariposa Landscapes, Inc Page 3
7. CITY'S RESPONSIBILITIES
To assist Contractor in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Contractor, one copy of all
existing relevant information on file at City. City will provide all such materials in a
timely manner so as not to cause delays in Contractor's Work schedule.
8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE
8.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the materials described
in Exhibit A shall not be installed or utilized unless approved in advance and in writing
by the Project Administrator.
8.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Agreement, and that it will perform all Services in a
manner commensurate with community professional standards and with the ordinary
degree of skill and care that would be used by other reasonably competent practitioners
of the same discipline under similar circumstances. All Services shall be performed by
qualified and experienced personnel who are not employed by City. By delivery of
completed Work, Contractor certifies that the Work conforms to the requirements of this
Agreement, all applicable federal, state and local laws and legally recognized
professional standards.
8.3 Contractor represents and warrants to City that it has, shall obtain and
shall keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Contractor to practice its profession. Contractor shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Contractor's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. RESPONSIBILITY FOR DAMAGES OR INJURY
9.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials or other things
used or employed in performing the Project or for injury to or death of any person as a
result of Contractor's performance of the Services required hereunder; or for damage to
property from any cause arising from the performance of the Project by Contractor, or
its subcontractors, or its workers, or anyone employed by either of them.
9.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
Mariposa Landscapes, Inc Page 4
obstructions or from any cause arising from Contractor's Work on the Project, or the
Work of any subcontractor or supplier selected by Contractor.
9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees (collectively, the "Indemnified Parties") from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this
Agreement, any Work performed or Services provided under this Agreement including,
without limitation, defects in workmanship or materials or Contractor's presence or
activities conducted on the Project (including the negligent and/or willful acts, errors
and/or omissions of Contractor, its principals, officers, agents, employees, vendors,
suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of
them or for whose acts they may be liable or any or all of them).
9.4 Notwithstanding the foregoing, nothing herein shall be construed to
require Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Agreement. This indemnity shall apply to all claims
and liability regardless of whether any insurance policies are applicable. The policy
limits do not act as a limitation upon the amount of indemnification to be provided by
Contractor.
9.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and private
property. Contractor shall be liable for any private or public property damaged during
the performance of the Work by Contractor or its agents.
9.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
9.7 The rights and obligations set forth in this Section shall survive the
termination of this Agreement.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
Mariposa Landscapes, Inc Page 5
limited by statute, rule or regulation and the expressed terms of this Agreement. No
civil service status or other right of employment shall accrue to Contractor or its
employees. Nothing in this Agreement shall be deemed to constitute approval for
Contractor or any of Contractor's employees or agents, to be the agents or employees
of City. Contractor shall have the responsibility for and control over the means of
performing the Work, provided that Contractor is in compliance with the terms of this
Agreement. Anything in this Agreement that may appear to give City the right to direct
Contractor as to the details of the performance of the Work or to exercise a measure of
control over Contractor shall mean only that Contractor shall follow the desires of City
with respect to the results of the Services.
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the
term of this Agreement or for other periods as specified in this Agreement, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
15. BONDING
15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand
Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its
own expense during the term of this Agreement: (1) a Labor and Materials Payment
Bond in the amount of one hundred percent (100%) of the total amount to be paid
Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five
Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit
D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in
the amount of one hundred percent (100%) of the total amount to be paid Contractor as
Mariposa Landscapes, Inc Page 6
set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), and in the form attached hereto as Exhibit E which is
incorporated herein by this reference.
15.2 The Labor and Materials Payment Bond and Faithful Performance Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category
Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide:
Property -Casualty.
15.3 Contractor shall deliver, concurrently with City's approval of any Letter
Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and
Materials Payment Bond and Faithful Performance Bond, a certified copy of the
"Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner,
which authorizes the Insurer or Surety to transact surety insurance in the State of
California.
16. LABOR AND PREVAILING WAGE REQUIREMENT
16.1 Contractor shall comply with all applicable provisions of State and Federal
law including, applicable provisions of California Labor Code, and the Federal Fair
Labor Standards Act.
16.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give notice to City, including all relevant information.
16.3 This agreement shall be paid in accordance with Section 1770 of the
California State Labor Code and in accordance with the terms of the Southern California
Master Labor Agreement, which has established a prevailing rate of per diem wages to
be paid in the performance of this agreement. The Director of Industrial Relations has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the agreement. A copy of said determination is available by calling
the prevailing wage hotline number (415) 703-4774, and requesting one from the
Department of Industrial Relations. All parties to the agreement shall be governed by all
provisions of the California Labor Code Relating to prevailing wage rates (Sections
1770-7981, inclusive).
17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Contractor, or of the interest of any
Mariposa Landscapes, Inc Page 7
general partner or joint venturer or syndicate member or cotenant if Contractor is a
partnership or joint -venture or syndicate or cotenancy, which shall result in changing the
control of Contractor. Control means fifty percent (50%) or more of the voting power or
twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -
venture.
18. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it
create any obligation on the part of City to pay or to see to the payment of any monies
due to any such subcontractor other than as otherwise required by law. City is an
intended beneficiary of any Work performed by the subcontractor for purposes of
establishing a duty of care between the subcontractor and City. Except as specifically
authorized herein, the Services to be provided under this Agreement shall not be
otherwise assigned, transferred, contracted or subcontracted out without the prior
written approval of City.
19. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole
right to use such materials in its discretion without further compensation to Contractor or
any other party. Contractor shall, at Contractor's expense, provide such Documents to
City upon prior written request.
20. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept
confidential unless City expressly authorizes in writing the release of information.
21. RECORDS
Contractor shall keep records and invoices in connection with the Services to be
performed under this Agreement. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor under this Agreement. All such records and invoices shall be clearly
identifiable. Contractor shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Contractor shall allow inspection of all Work, data, Documents, proceedings and
Mariposa Landscapes, Inc Page 8
activities related to the Agreement for a period of three (3) years from the date of final
payment to Contractor under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his/her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate
of return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other contractors in connection with the Project.
24. CONFLICTS OF INTEREST
24.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Contractor to City shall
be addressed to City at:
Attn: Director of Public Works
Public Works
City of Newport Beach
100 Civic Center Drive
Mariposa Landscapes, Inc Page 9
Newport Beach, CA 92658
25.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attn: Michael Williams
Mariposa Landscapes, Inc
6232 Santos Diaz St
Irwindale, CA 91702
26. CLAIMS
26.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Agreement.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Agreement except those previously made in
writing and identified by Contractor in writing as unsettled at the time of its final request
for payment. Contractor and City expressly agree that in addition to any claims filing
requirements set forth in the Agreement, Contractor shall be required to file any claim
Contractor may have against City in strict conformance with the Government Claims Act
(Government Code sections 900 et seq.).
26.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to
follow the dispute resolution process set forth therein. Any part of such "Claim"
remaining in dispute after completion of the dispute resolution process provided for in
Public Contract Code section 9204 or any successor statute thereto shall be subject to
the Government Claims Act requirements requiring Contractor/Consultant to file a claim
in strict conformance with the Government Claims Act. To the extent that Contractor's
claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor
statute thereto, Contractor shall be required to file such claim with the City in strict
conformance with the Government Claims Act (Government Code sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the
provisions of this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not cured
within a period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give adequate
assurance of due performance within two (2) calendar days after receipt of written
notice of default, specifying the nature of such default and the steps necessary to cure
such default, and thereafter diligently take steps to cure the default, the non -defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
Mariposa Landscapes, Inc Page 10
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Contractor. In the
event of termination under this Section, City shall pay Contractor for Services
satisfactorily performed and costs incurred up to the effective date of termination for
which Contractor has not been previously paid. On the effective date of termination,
Contractor shall deliver to City all reports, Documents and other information developed
or accumulated in the performance of this Agreement, whether in draft or final form.
28. LABOR
28.1 Contractor shall conform with all applicable provisions of state and federal
law including, but not limited to, applicable provisions of the federal Fair Labor
Standards Act ("FLSA") (29 USCA § 201, et seq.).
28.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give written notice to City, and provide all relevant
information.
28.3 Contractor represents that all persons working under this Agreement are
verified to be U.S. citizens or persons legally authorized to work in the United States.
28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend,
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees from loss or damage, including but not limited to attorneys'
fees, and other costs of defense by reason of actual or alleged violations of any
applicable federal, state and local labor laws or law, rules, and/or regulations. This
obligation shall survive the expiration and/or termination of the Agreement.
29. STANDARD PROVISIONS
29.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference.
29.2 Compliance with all Laws. Contractor shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
Mariposa Landscapes, Inc Page 11
29.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
29.9 Controlling Law and Venue. The laws of the State of California shall
govern this Agreement and all matters relating to it and any action brought relating to
this Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
29.10 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
Mariposa Landscapes, Inc Page 12
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:L/emu
By:
on C. Harp
dif y Attorney
ATTEST:
Date: 6o11. ow
By: "Ma- -
Leilani I. Brown
City Clerk
C
0
�RLIFU_�r
Attachments: Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: y
By: ���'C:: �
Will'O Neill
Mayor
CONTRACTOR: Mariposa Landscapes,
Inc, a California corporation
Date:
Signed in Counterpart
Bv:
Terry L Noriega
Chief Executive Officer
Date:
LIM
Signed in Counterpart
Antonio Valenzuela
Secretary
[END OF SIGNATURES]
Scope of Services
Schedule of Billing Rates
Insurance Requirements
Labor and Materials Payment Bond
Faithful Performance Bond
Mariposa Landscapes, Inc Page 13
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: q /Zq 04
By:
A n C. Harp
Ci y Attorney cl�
ATTEST:
Date:
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Will'O Neill
Mayor
CONTRACTOR: Mariposa Landscapes,
Inc, a California corporation
Date: 4/30/2024
By: By:
Leilani I. Brown Terry L Norie a
City Clerk Chief Executive Officer
Date: 4/30/2024
/'
B <1 4= vcr 1. :C
Y
Antonio Valenzuela
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Exhibit D — Labor and Materials Payment Bond
Exhibit E — Faithful Performance Bond
Mariposa Landscapes, Inc Page 13
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
1I '%
On e�� (�' 4 before me,
Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared f i "yo, N,0,196�ly a01f�. a"� 'h, V&li,nI'yok,
who proved to me on the basis of satisfabtory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
C
Signatur
(Seal)
c r BRANDON JAMES WILLIAMSON
E Hf Notary Public - California Z s
.,�.. Los Angeles County
Commission R 2354892
110 My Comm. Expires Apr 19, J02
EXHIBIT A
SCOPE OF SERVICES
Mariposa Landscapes, Inc Page A-1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIFICATIONS
AS -NEEDED SPORT & RECREATIONAL FIELD LANDSCAPING SERVICES
CONTRACT NO. 9529-1
All work necessary for the completion of this contract shall be done in accordance with these Special
Provisions
Award and Selection
Award of a five-year on -call maintenance agreement shall be awarded to lowest responsible bidder based
on the lowest Base Bid amount. Lowest Base Bid amount consists of the items necessary to renovate a
standard City sports/recreational field. On -call agreement compensation limits and terms shall be subject
to City and City Council discretion and award.
Contractor Licensing
At the time of bid submittal and until completion of work, the Contractor must possess the following
Contractor License: C-27. At the start of work and until completion of work, the Contractor and any/all
Subcontractors shall possess a valid Business License issued by the City.
Contractor's Experience
Bidders must possess a minimum of 10 years of experience doing field renovation work.
Bidders with no field renovation experience for an Orange County coastal agency shall be considered
non -responsive.
Bidders who have not been awarded contracts valued at over $500,000 dollars shall be considered non-
responsive.
Bidders shall provide three (3) current municipal references, which, when checked, will need a minimum
"B grade", or shall be considered non -responsible.
Site Locations
Bob Henry Park
900 Dover Drive
Bonita Canyon Sports Park
1990 Ford Road
Bonita Creek Park
3010 La Vida
Buffalo Hills Park
1891 Port Provence Place
Coastal Peak Park
20403 E Coastal Peak
Eastbluff Park
2555 Vista Del Oro
Irvine Terrace Park
721 Evita Drive
Lincoln School
3101 Pacific View Drive
Mariners Park
1300 Irvine Avenue
Peninsula Park
A St and Ocean Front E
San Miguel Park
San Miguel Dr and Spyglass Hill Road
Sunset Ridge Park
4850 Coast Hwy W
Scope of Work
• DESCRIPTION OF PROJECT
o Contractor shall provide as -needed athletic and recreational field services to address various
projects related to maintenance and renovation of youth sports fields.
o Furnish all labor, equipment, materials, and supervision to provide athletic and recreational
field services on an as -needed basis at various facilities, parks, and worksites located
throughout the City.
o Services shall include, but not be limited to:
■ Remove and install sod;
■ Aerate/dethatch/verticut field/park areas;
■ Fertilize fields based on City specifications;
■ Mow grass;
■ Dispose of debris
■ Apply City -approved seed and top -dress; and
■ Apply greens sand and athletic mixes, and level areas per City requests.
■ Installation of field closure signage
■ Traffic Control as needed
• WORKMANSHIP AND SUPERVISION
o The work force shall include a thoroughly skilled, experienced, and competent supervisor
who shall be responsible for adherence to the specifications expressed within the Scope
of Services. All supervisory personnel must be able to communicate effectively in English
(both orally and in writing). Any order given to supervisory personnel shall be delivered to
the Contractor. The supervisor assigned must be identified by name to ensure
coordination and continuity.
All personnel working at the outlined areas shall be neat in appearance and in uniforms
as approved by the Landscape Manager. All personnel shall wear identification badges or
patches. Those employees working in or adjacent to traffic lanes shall wear safety vests.
o Persons employed by the Contractor who are found not to be satisfactory by the City
shall be discharged or reassigned by the Contractor on fifteen (15) days' notice from the
City.
• SAFETY REQUIREMENT
o All Work performed under this contract shall be performed in such a manner as to provide
maximum safety to the public and where applicable, comply with all safety standards
required by CAL -OSHA. The Landscape Manager reserves the right to issue restraining
or cease and desist orders to the Contractor when unsafe or harmful acts are observed
or reported relative to the performance of the work under this contract. Contractor
vehicles shall always contain a "W.A.T.C.H." work area traffic control manual.
o The Contractor shall maintain all work sites free of hazards to persons and/or property
resulting from his/her operations, which shall be immediately reported to the Landscape
Manager.
o The Contractor shall notify the City immediately of any unusual and/or hazardous
conditions, including tripping hazards, holes, or other conditions at the various facilities,
parks, and worksites located throughout the City where Contractor is performing the
Work.
• WORKING HOURS
o Normal working hours shall be no more than ten (10) hours per day between the hours of
7:00 a.m. and 5:00 p.m. Normal working days are Monday through Friday. Unless
otherwise specified in the Scope of Work, no Saturday or Sunday work is to be scheduled
without prior verbal permission from the City. No motorized equipment shall be operated
before 8:00 a.m. or after 5:00 p.m.
• MATERIALS, EQUIPMENT, AND RESPONSIBILITY
o The contractor shall utilize, possess, access or otherwise obtain the necessary
equipment for the removal of the existing turf, and the installation of Big -Roll sod.
Such equipment to include or be equivalent to, but not limited to;
■ GKB Combinator
■ Magnum Big Roll Installer
o The contractor shall complete all renovation projects within 30 business days
upon approval of proposal.
o The contractor shall have the ability to remove and dispose of the grass, level field,
and install Big Roll sod within 5 business days of start date.
o The Contractor shall supply the following materials:
■ Roll off bins/trucks for sod and grass disposal,
0 Mirimichi-brand fertilizer product,
■ Seed and top -dress,
■ Greens sand, and
■ Athletic mix.
o In the event the City exercises the option to purchase the materials, the following
conditions will apply:
■ Contractor(s) shall conform to all City practices and procedures.
■ All City purchases will be for the sole expressed use of and for the City.
■ The Contractor(s) shall secure, store, inventory, distribute and control all
materials entrusted to the Contractor's representatives.
■ All materials and inventories shall be made available to the City upon request.
The Contractor(s) will reduce the unit cost for each maintenance task by the
City's actual cost for the materials provided and used.
o Unless otherwise stated above, Contractor(s) shall be responsible to provide all labor and
materials to allow for successful Project completion.
■ The City may choose to reimburse the Contractor(s) for materials that need to be
procured. These instances shall be analyzed on a case -by- case basis and
reimbursement for materials will need to be agreed upon in the Contractor's letter
proposal prior to the commencement of work.
Receipts shall be required for reimbursements for materials purchased for
projects. City reserves the right to specify what type of material and/or equipment
will be purchased per project. All equipment and material purchases shall be
preapproved by the Fleet/Facilities Manager, or his/her designee. The contractor
shall charge the actual cost of materials to the City plus 5% for overhead costs
associated with procurement of materials.
Bidding and Payment
The unit cost bid prices for each item of work shown on the Proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment to perform the necessary work.
On -Call agreement award shall be awarded based on the lowest base bid amount as specified in
this bid.
Note: Contractor shall submit Proposal Line Items via the Line Items tab contained in PlanetBids in order
to be considered for award. The following bid items included in the Proposal are as follows.
BID ITEMS
BASE BID
Deep -Tine Aeration - 10 inch solid tines (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
BASE BID
Dethatch/RenovateNacuum Cut (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
BASE BID
Install City -approved Mirimichi-brand organic fertilizer product (at
20lbs/1,000 square feet)
Sq Ft
70,000
BASE BID
Apply City -approved greens sand and level (at 30 Cubic yards per
Cubic
30
field)
Yard
Other
Shatter -Tine Aeration (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
Work
Other
Gypsum Application at 25lbs/1,000 square feet (Soil Buster or
Sq Ft
70,000
Work
equal)
Other
Mow (Reel Blade)
Sq Ft
70,000
Work
Other
Mow (Rotary Blade)
Sq Ft
70,000
Work
Other
Core aeration and remove plugs
Sq Ft
70,000
Work
Other
Fertilize w/ 21-0-0 (or Equal) at 1 lb. of N/1,000 square feet
Sq Ft
70,000
Work
Other
Drill and Fill Aeration (up to 12-inch in depth w/ a City -approved
Sq Ft.
70,000
Work
infill material.
Other
Sand Banding — creating vertical slits in soil up to 8-inch in depth at
Sq Ft.
70,000
Work
10-inches between slits, filled with an City -approved infill material.
Other
Replacing Home Plate
Each
1
Work
Other
Replacing Pitchers Plate
Each
1
Work
Other
Replacing Base Anchors
Each
1
Work
Other
Moving soccer goal
Each
1
Work
Other
Add Turface to Baseball or Softball Infield (40 bags per field)
Per Field
1
Work
Other
Add Brickdust to Baseball or softball Infield
Per Field
1
Work
Other
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or
Sq Ft
1
Work
equal) (Less than 5,000 Sq. Ft.) *
Other
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or
Sq Ft
1
Work
equal) (5,000-20,000 Sq. Ft.) *
Other
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or
Sq Ft
1
Work
equal) (20,001+ Sq. Ft.) *
Other
Apply City -approved Seed and top -dress (20 yards approx. per
Per Field
1
Work
field)
Other
Apply City -approved greens sand and level (less than 10 yards)
Per Yard
1
Work
Other
Apply City -approved greens sand and level (10 yards or greater)
Per Yard
1
Work
Other
Apply City -approved Aguinaga 80-20, Athletic Mix and level (less
Per Yard
1
Work
than 10 yards)
Other
Apply Aguinaga 80-20, Athletic Mix and level (10 yards or greater)
Per Yard
1
Work
Other
Provide and install field closure fencing and metal stakes (green or
Per 100
1
Work
orange snow fencing material or approved equal)
Feet
Other
Labor rate- Forman
Per Hour
1
Work
Other
Labor rate- Laborer
Per Hour
1
Work
Other
Labor rate- Equipment Operator
Per Hour
1
Work
Other
1 Ton Dump Truck
Per Hour
1
Work
Other
Tractor/Skid Steer
Per Hour
1
Work
EXHIBIT B
SCHEDULE OF BILLING RATES
Mariposa Landscapes, Inc Page B-1
C-9529-1 Exhibit B - Billing Rates
Item
Code
Description
UOM
CITY
Unit Price
Line Total
Comment
1
Deep -Tine Aeration - 10 inch solid tines (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
$ 0.007857
$ 549.99
2
Dethatch/RenovateNacuum Cut (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
$ 0.048571
$ 3,399.97
3
Install City -approved Mirimichi-brand organic fertilizer product (at
20lbs/1,000 square feet)
Sq Ft
70,000
$ 0.009400
$ 658.00
4
Apply City -approved greens sand and level (at 30 Cubic yards per field)
Cubic Yard
30
$ 33.13
$ 993.90
5
Shatter -Tine Aeration (Per Field = 70,000 Sq. Ft)
Sq Ft
70,000
$ 0.007543
$ 528.01
6
Gypsum Application at 25lbs/1,000 square feet (Soil Buster or equal)
Sq Ft
70,000
$ 0.022400
$ 1,568.00
7
Mow (Reel Blade)
Sq Ft
70,000
$ 0.010143
$ 710.01
8
Mow (Rotary Blade)
Sq Ft
70,000
$ 0.006629
$ 464.03
9
Core aeration and remove plugs
Sq Ft
70,000
$ 0.017729
$ 1,241.03
10
Fertilize w/ 21-0-0 (or Equal) at 1 lb. of N/1,000 square feet
Sq Ft
70,000
$ 0.012857
$ 899.99
11
Drill and Fill Aeration (up to 12-inch in depth w/ a City -approved infill
material.
Sq Ft.
70,000
$ 0.19
$ 13,300.00
12
Sand Banding - creating vertical slits in soil up to 8-inch in depth at 10-
inches between slits, filled with an City -approved infill material.
Sq Ft.
70,000
$ 0.11
$ 7,700.00
13
Replacing Home Plate
Each
1
$ 229.00
$ 229.00
14
Replacing Pitchers Plate
Each
1
$ 133.00
$ 133.00
15
Replacing Base Anchors
Each
1
$ 175.00
$ 175.00
16
Moving soccer goal
Each
1
$ 182.00
$ 182.00
17
Add Turface to Baseball or Softball Infield (40 bags per field)
Per Field
1
$ 3,663.00
$ 3,663.00
18
Add Brickdust to Baseball or softball Infield
Per Field
1
$ 3,384.00
$ 3,384.00
19
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or equal)
(Less than 5,000 Sq. Ft.)'
Sq Ft
1
$ 3.00
$ 3.00
20
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or equal)
(5,000-20,000 Sq. Ft.)'
Sq Ft
1
$ 2.75
$ 2.75
21
Remove existing, Install, and Roll Hybrid Bermuda Sod Bandera (or equal)
(20,001+ Sq. Ft.) '
Sq Ft
1
$ 2.50
$ 2.50
22
Apply City -approved Seed and top -dress (20 yards approx. per field)
Per Field
1
$ 1,542.00
$ 1,542.00
23
Apply City -approved greens sand and level (less than 10 yards)
Per Yard
1
$ 38.40
$ 38.40
24
Apply City -approved greens sand and level (10 yards or greater)
Per Yard
1
$ 35.40
$ 35.40
25
Apply City -approved Aguinaga 80-20, Athletic Mix and level (less than 10
yards)-
Per Yard
1
$ 38.40
$ 38.40
26
Apply Aguinaga 80-20, Athletic Mix and level (10 yards or greater)
Per Yard
1
$ 35.40
$ 35.40
27
Provide and install field closure fencing and metal stakes (green or orange
snow fencing material or approved equal)
Per 100 Feet
1
$ 810.00
$ 810.00
28
Labor rate- Forman
Per Hour
1
$ 60.00
$ 60.00
29
Labor rate- Laborer
Per Hour
1
$ 44.00
$ 44.00
30
Labor rate- Equipment Operator
Per Hour
1
$ 65.00
$ 65.00
31
1 Ton Dump Truck
Per Hour
1
$ 15.00
$ 15.00
32
Tractor/Skid Steer
Per Hour
1
$ 40.00
1 $ 40.00
Grand Total of
Line Items and $ 42,510.78
EXHIBIT C
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance,
a Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance and, if necessary, umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate. The
policy shall cover liability arising from premises, operations, products -
completed operations, personal and advertising injury, and liability
assumed under an insured contract (including the tort liability of another
assumed in a business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
Mariposa Landscapes, Inc Page C-1
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City, its City Council, boards and commissions, officers, agents,
volunteers and employees or shall specifically allow Contractor or others
providing insurance evidence in compliance with these requirements to
waive their right of recovery prior to a loss. Contractor hereby waives its
own right of recovery against City, and shall require similar written express
waivers from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents,
volunteers and employees shall be included as insureds under such
policies.
C. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or self-
insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance
certificates and endorsement must be approved by City's Risk Manager
prior to commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this
Agreement. The certificates and endorsements for each insurance policy
shall be signed by a person authorized by that insurer to bind coverage on
its behalf. At least fifteen (15) days prior to the expiration of any such
policy, evidence of insurance showing that such insurance coverage has
been renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
Mariposa Landscapes, Inc Page C-2
written notice of such cancellation or reduction of coverage, file with the
City evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. 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 all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Contractor. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to
the City.
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
Mariposa Landscapes, Inc Page C-3
G. City Remedies for Non -Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Contractor's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Contractor or
reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Agreement, and that involve or may
involve coverage under any of the required liability policies. 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.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the Work.
Mariposa Landscapes, Inc Page C-4
EXHIBIT D
CITY OF NEWPORT BEACH
BOND NO.
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
MARIPOSA LANDSCAPES, INC, a California corporation hereinafter designated as the
"Principal," an agreement for maintenance and/or repair services consisting of various
tasks related to maintenance and renovation of youth sports fields, in the City of
Newport Beach, in strict conformity with the Agreement on file with the office of the City
Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other
supplies used in, upon, for, or about the performance of the Work agreed to be done, or
for any work or labor done thereon of any kind, the Surety on this bond will pay the
same to the extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety,
(referred to herein as "Surety") are held and firmly bound unto the City of Newport
Beach, in the sum of Dollars
( ), lawful money of the United States of America, said sum being
equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty
Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach
under the terms of the Agreement; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
Mariposa Landscapes, Inc Page D-1
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Agreement or to the Work
to be performed thereunder shall in any wise affect its obligations on this Bond, and it
does hereby waive notice of any such change, extension of time, alterations or additions
to the terms of the Agreement or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
Mariposa Landscapes, Inc Page D-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me, Notary
Public, personally appeared proved to me on
the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Mariposa Landscapes, Inc Page D-3
EXHIBIT E
CITY OF NEWPORT BEACH
BOND NO.
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ , being at the
rate of $ thousand of the Agreement price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
MARIPOSA LANDSCAPES, INC, a California corporation hereinafter designated as the
"Principal," an agreement for maintenance and/or repair services consisting of various
tasks related to maintenance and renovation of youth sports fields in the City of Newport
Beach, in strict conformity with the Agreement on file with the office of the City Clerk of
the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Agreement.
NOW, THEREFORE, we, the Principal, and
duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
( ) lawful
money of the United States of America, said sum being equal to 100% of the amount of
any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100
($25,000.00), to be paid to the City of Newport Beach, its successors, and assigns; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Agreement and any alteration thereof made as therein provided on
its part, to be kept and performed at the time and in the manner therein specified, and in
all respects according to its true intent and meaning, or fails to indemnify, defend, and
save harmless the City of Newport Beach, its officers, employees and agents, as therein
stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the
sum specified in this Bond; otherwise this obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Agreement or to the Work to be
Mariposa Landscapes, Inc Page E-1
performed thereunder shall in any way affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions of
the Agreement or to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the
Principal in full force and effect for one (1) year following the date of formal acceptance
of the Project by City.
In the event that the Principal executed this bond as an individual, it is agreed
that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
0
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Mariposa Landscapes, Inc Page E-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of I ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Mariposa Landscapes, Inc Page E-3
.
2
�
■,°
I
_,�
�
�
�
. �
�
. .
\
� �
�
\
.
I �
I :
� \
i
I
I
�
i
�t.
2i.j
\
.�.
.
\ \
_
m
«
\�\�
c § %
k k k f 2 rƒ
= u o
\ ) § $
G ) ) 3 § ) k k k \ \ k u \ \ ) \ k
MARIPOSA LANDSCAPES INC.
6232 Santos Diaz, Irwindale CA 91702 Date 05/26/2025
Tel. 626 960-0196, Fax 626 960-8477 - Contractor License No: 592268 proposal No. 102258
Kevin Pekar
100 Civic Center Drive
Newport Beach CA 92660
Tel.: 949-644-3010 Ext.: Fax
Email: Kpekar@newportbeachea.gov
Your Ref. No.
Your Ref. No.
Date Requested
MLI Job No. 71-20006
1 Prepared By: Michael Williams
michael.williams@Mariposa-ca.com
626-347-6238
Lincoln School soccer field renovation ! revised 5 28 2025
Soccer field renovation per map attached and based on 40,000 square feet. CONTRACT 9529-1
Exhibit 1 Billing rates attached for reference.
1, Shatter tine aerate 40,000 Sq. Ft. @ 0,007543 = $ 301.72
2. Gypsum application @ 25 # per 1000 sq. ft. X 0.022400 = $ 896.00
3. Fertilize with 21-0- 0 @ 1 #, 70,000 X 0.012857 = $ 514.28
4. Remove existing turf and install big roll " Bandera " sod, 20,000 + @ $ 2.50 per Sq. Ft. X 40,000 =
$100,000.00
5. Apply Aguinagua 80-20 mix, 10 yards or more. 30 Cu. Yds X 35.40 Yd. _ $ 885.00
6. Provide and install field closure fencing, eliminated from scope.
GRAND TOTAL $ 1C2,596,72
Price............................................................................................. $102,596.72
One Hundred Two Thousand Five Hundred Ninety Six And 721100 US Dollar
Terms As allowed by current agreement.
Exclusions Ali prevailing wages, design, permits, night and weekend work, any unforseen underground obstacles, and
anything not mentioned,
Time Project start date is currently days after acceptance.
Completion time for this project as specified is working days.
Limits Time limit forth cceptance of this proposal Is
..............
Michael Williams
Mariposa Landscapes Inc.
calendar days from the above date.
ACCeptanc@jI� (:�'
Kevin Pekar "
City of Newport Beach
` 12-8 Z
Datel
Page 1 of t for Proposal No. 102258