HomeMy WebLinkAbout2021-12-14 - AGENDA REPORTS - ENCAMPMENT CLEAN-UP SERVICESAgenda Item: 14
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: A,1 A11�44_1)
DATE: December 14, 2021
SUBJECT: AWARD CONTRACT FOR ENCAMPMENT CLEAN-UP SERVICES
DEPARTMENT: Community Development
PRESENTER: Michael Villegas
RECOMMENDED ACTION
City Council:
1. Award a one-year contract for encampment clean-up services to Woods Maintenance
Services, Inc., for a total contract amount not to exceed $150,000.
2. Authorize the City Manager or designee to execute up to two additional one-year renewal
options for an amount not to exceed $150,000 annually.
3. Authorize the City Manager or designee to execute all contracts and associated documents,
and modify the awards in the event impossibility of performance arises, and execute all
documents subject to City Attorney approval.
BACKGROUND
The City of Santa Clarita (City) contracts on an as -needed basis for homeless encampment clean-
up and abatement services to address sites throughout the City. Clean-ups typically occur on a
quarterly basis, although the frequency may change depending upon activity levels, resident
complaints, and health and safety concerns. On average, approximately 170 encampments are
abated throughout the City annually using a third -party contractor and/or City staff. The City's
Community Preservation Division serves as the contract administrator and works directly with
the contractor for needed services. Encampments are posted by City staff with a 72-hour "Notice
to Vacate Illegal Campsite" prior to any scheduled clean-up. The contractor is then accompanied
during the clean-up by City staff and law enforcement personnel, as -needed.
The City conducted a Request for Proposals (RFP) to solicit proposals from qualified contractors
to provide clean-up services to remove all junk, trash, debris, refuse, and miscellaneous items
from previously identified homeless encampment sites Citywide. The RFP was published on
Page 1
Packet Pg. 69
August 24, 2021, and distributed to 129 vendors. There were 19 companies that downloaded the
RFP via BidNet, and 2 that submitted proposals before the September 23 deadline.
A panel of City staff members evaluated and scored the proposals based on the following
selection criteria:
• Contractor qualifications and experience with similar services
• Thoroughness of proposal, approach to providing sound services, and ability to provide
services to meet objectives and standards
• Staffing and equipment capabilities that allow the contractor to complete projects within
an appropriate and acceptable timeframe
• Cost of services provided, as well as discounts offered
The RFP results are shown below:
COMPANY
LOCATION
SCORE
Woods Maintenance Services, Inc.
San Fernando, CA
84.33 / 100
DeAngelo Brothers, LLC
Ontario, CA
68.34 / 100
The proposal submitted by Woods Maintenance Services, Inc., scored higher overall during
evaluation than DeAngelo Brothers, LLC. In addition to this, City staff conducted reference
checks for WMS and found the firm to be reputable and responsive in their approach to handling
abatement and clean-up services at other municipalities. Woods Maintenance Services, Inc.
(WMS) is headquartered in close proximity to the City and has the necessary personnel and tools
to meet the City's needs. Therefore, staff recommends WMS be awarded the contract for
encampment clean-up services.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Funds are available in Expenditure Account 1003200-516131 (Litter & Debris Removal) to
facilitate the recommended action.
ATTACHMENTS
Woods Maintenance Services, Inc.'s Proposal
Request for Proposal CD-21-22-05 (available in City Clerk's Reading File)
Page 2
Packet Pg. 70
14.a
Proposal # CD-21-22-05 Encampment Clean -Up Contractor
1.1 Response File
1.1.1 Introduction
Woods Maintenance Services, Inc. started out under its original corporate name of D &
B Maintenance, Inc. as a janitorial maintenance contractor in 1975, reorganizing under
its current name in 1997. When the company was created, we knew immediately that
in order to have a successful business, we would need to not only work harder than
everyone, but we would also need to work better. To that end WMS has always thought
about how we can provide the most value to the client, while also anticipating our
clients' future needs and requirements.
In 1975, our emphasis was on the daily and nightly maintenance of apartment buildings,
condominiums, industrial parks, and office buildings, with a minor workload of graffiti
removal and landscaping services. As we became more and more experienced and
skilled, the future needs of our clients came sooner than we thought. However, because
we always have adhered to the edict that our most important assets are our staff and
our clients, we were quickly able to adapt to what our clients' work needs required and
what services our staff could provide. This way of thinking and operating continues to
this day and is the primary reason we have continued to be successful as we approach
our 46th Anniversary.
In 1976, as the company became more established and began to earn its stellar
reputation, we became licensed to perform high pressure washing and steam cleaning
work for hard surfaces, as well as masonry cleaning. It was during this period, while we
were members of the Chamber of Commerce, when we helped to develop the
Westwood Village Sidewalk Maintenance District, a program funded through property
owners' taxes, to clean and maintain specific business districts. Ironically, the work we
performed on this contract, during the nascent days of our firm, have become the
backbone of our current workload: graffiti removal, weed, vegetation, trash, and debris
removal, pressure washing and steam cleaning, and routine landscape maintenance.
As graffiti increased throughout Los Angeles and the country in the early 1980's, a new
division —Graffiti Control Systems (GCS) —was formed to specifically address this out -of -
control problem. Through trial and error, and a great deal of research and beta testing,
GCS became the first graffiti contractor in the nation to utilize portable
spectrophotometers in the field to computer color match paint, thereby setting a new
standard for quality and timeliness. GCS was also the first graffiti abatement contractor
to test and use "green" graffiti removal chemicals in the field, chemicals which are still
part and parcel to our "non -painting" removal repertoire. Not wanting the future to
pass us by, we have created our own web and smartphone application for graffiti
removal, tracking, and reporting services —Write On, Right OffT"^—which is available for
Packet Pg. 71
14.a
free for all contract cities and agencies. The app has been further developed and refined
to include accurate and complete reporting for all of our contracts, with workloads
capable of being seen in real time so contract managers can get an immediate visual
picture of the work being carried out.
Woods Maintenance Services, Inc. was one of the first private contractors to provide
weed, trash, vegetation, and debris removal from active and inactive railroad right of
ways, as well as on freeways and the Los Angeles County flood control channels. In fact,
we were the first contractor to employ the use of street sweepers in the channels to
assist crews with trash removal. We have performed these services for major Southern
California transit authorities including LACMTA, Metrolink, OCTA, SCRRA, and for other
public agencies including CalTrans and the Los Angeles County Department of Public
Works.
WMS has provided landscape and irrigation maintenance services beginning in the early
1990's. Returning to our roots, we contracted and worked for some of the same
agencies and companies that started our robust early growth. Originally done as
ancillary services on other contracts, and on an as needed basis, we worked closely with
these groups on many projects around Southern California. Beginning in 2007, WMS
moved fully into providing these services, as a prime contractor utilizing subcontractors
as well, for private land and property developers, property management companies,
and then eventually for public agencies, including Metro since 2012.
As the homeless situation has become more acute in the State, particularly in Southern
California, Woods Maintenance Services created a division, Homeless Encampment
Services (HES) to help bring dignity to clean-ups. Over the past five years Woods'
laborers have performed hundreds of clean-ups of homeless encampments for Metro,
the County of Los Angeles Department of Public Works, the City of Culver City, Ventura
County, and we continue to perform this work as an ongoing venture.
These clean-ups have ranged from small encampments that take 3 to 4 crew members a
couple hours to clean, all the way up to large encampments that require 10 crew
members, utilizing bobcats, over 1 week to clean up. Each of these encampment
projects are assigned to Woods by its public agency client, where we then work with the
appropriate law enforcement agency to ensure that all postings are made in accordance
with applicable laws and that regulations are adhered to. We have worked with the
LAPD Hope Teams to perform these clean-ups safely, with compassion and dignity.
When necessary, personal items that are left behind at the encampment, shall be
bagged, tagged, and delivered to law enforcement for safe and proper storage. Because
the City will assign each of the locations to be cleaned, and the type of work that will be
needed, Woods will know which crew members to assign, and how many, based on the
type of work required by the request.
Packet Pg. 72
14.a
Again, having performed this type of work for public agencies, we understand the need
for keeping proper records for the weekly certified payroll and DIR reporting, making
requests for apprentices, and choosing the correct payroll determination based on the
actual work performed and not misclassifying laborers as landscape maintenance
laborers in order to have a lower bid price. Each of these steps is integral to successfully
performing on a prevailing wage contract, and not subjecting either the contractor or
the awarding body to costly labor compliance audits and potential penalties for
misclassifying workers on the project.
At present, Woods is licensed (741322) with the CSLB for the following classifications: B,
C27, C33, C61-D38, C61-D63, and HAZ, among others, and we are registered with the
DIR for Public Works, 1000003177.
1.1.2 References: See attached reference form
1.1.3 Plan of Study/Scope of Work
Upon notification of the clean-up locations for a particular work order request, our field
supervisor and project manager for this project, Jose Paniagua and Josh Woods, will
head out to the sites to determine the manpower requirements, as well as the
tools/equipment that shall be required for the work. Additionally, they will decide
whether traffic control will need to be implemented. In consultation with the City, we
will provide an estimated timeframe and cost structure regarding each of the
encampments and our expectations for the completion dates) of the clean-up.
After performing the site inspections, Woods will construct a crew that is best suited to
perform the work. Should the work require the removal of a lot of hazardous material,
we shall supply workers who have been HAZWOPER certified and have been trained in
OSHA Bloodborne pathogen safety. Proper containers for bio-hazard waste, electronic
waste, sharps, and the like will be available at all clean-ups and these containers will be
properly secured for safe disposal. At all times, while on site, crews are outfitted in
appropriate PPE. At a minimum, crews will be outfitted with hard hats, work boots,
Tyvek suits, gloves, eye protection, and masks. "Cut" gloves are always available should
the need arise for their use.
Our crews have multiple years of experience in performing homeless encampment
clean-ups, and have come across nearly every type of temporary structure —lean-tos,
tents, canvas tarps, woodsheds, metal sheds, and even dug -outs. Jose Paniagua, who
will be our working supervisor on this project, has led our MTA Trash and Vegetation
team for nearly 12 years, and has supervised hundreds of cleanups over the years.
Alfredo Munoz, our proposed lead worker, has worked under Jose's direct supervision
for the past 4 years, and has been the lead on all our encampment clean-ups during that
time frame. Both crew members have significant experience operating bobcats and skid -
Packet Pg. 73
14.a
steers, should the need for their use be required, and both have extensive experience in
coordinating with law enforcement to ensure that the clean-ups go smoothly and safely.
By contracting with an experienced firm like Woods, the City will benefit knowing that it
can be confident that not only will the work be done to the specifications in the
contract, but that we will treat all people experiencing homelessness with the respect
and dignity that they deserve as a human being. We recognize our role in providing
professional services in an environment that requires care, safety, and diligence.
Additionally, by contracting with Woods, the City benefits by working with a firm that
has crews working 7 days per week, year-round, and a headquarters only 18 miles from
the City. With a full-time staff of over 100 qualified and dedicated workers, Woods can
provide an emergency crew at a moment's notice, should there an immediate clean-up
required. Our experienced staff has provided 100's of homeless encampment clean-ups
over the past few years, and we know how to perform this work keeping in mind the
needs of all interested parties.
In order to have a better and more comprehensive understanding of what is we do
when performing homeless encampment clean-ups, we have provided our detailed
approach, which we call "The 360' and 3 Program."
The 3600 & 3
Site Evaluation & Encampment Abatement System
Scope of Services
When arriving on -site for an encampment abatement, our Site Supervisor and Trained
Biohazard Technicians perform a 360° site assessment, prior to the Three -Pass cleanup. By
identifying the various areas/sections and overall layout characteristic of an encampment, we
evaluate the inherent risks of a given site prior to deploying teams to abate and maintain the
site safely.
Prior to any abatement the site is digitally photographed, through multiple angles of the entire
encampment, of each individual/joint site, and the various sections characteristic of an active
encampment. These photographs are used not only for before & after documentation, but are
used when People Experiencing Homelessness (PEH) later seek to recover their property from
the City's possession. Crews can group and reference where personal items originated when
we tag and bag personal belongings, if so required. PEH can then easily identify their property
21
Packet Pg. 74
14.a
at the determined location within the City with the aid of these photographs used for our
cataloging system.
With our extensive knowledge and experience cleaning encampments for Metro, Culver City,
and the LA County Flood Control Channels, our encampment abatement experts quickly assess
where we will likely encounter the greatest concentrations of biohazardous waste, human
excrement, drug paraphernalia, and hazardous materials/chemicals used for heating and
cooking.
Once the site is surveyed using our 360' approach, where paths of travel and settlement areas
are examined from all directions, an abatement work plan is constructed by the Site Supervisor,
Biohazard Technicians, Laborers, and Demolition Laborer crews. Using the "Three -Pass
System," our crews outline how to approach the abatement to ensure safety and expediency
for all crews, working on different areas of the abatement.
See below for the details of each Pass, including the Prevailing Wage determinations for each
crew, which items are abated and secured for proper removal and disposal.
1st Pass
Three -Pass System
of
Homeless Encampment Abatement
Biohazardous Waste
(Crew 1: Laborer Group 5)
Load: Contained in 40-gallon drums w/ biohazard labels, delivered to Efficient Environmental
Services Inc., the following items:
1. SHARPS in red -plastic, puncture -proof, secure container
2. soiled/contaminated items - biohazard/red bags
3. soiled clothing, sheets, towels - biohazard/red bags
4. feces --less than 10 Ibs: set aside and dumped with Pass 3 waste/debris at local dump
more than 10 Ibs: requires immediate burial, prior approval from dump required
Household Hazardous Waste
(Crew 2: Laborer Group 5)
Load: separated, secured, placed in spill -proof containers, hauled to Office for CESQG program
1. Paints and Solvents
Packet Pg. 75
14.a
2. Household Batteries (taped terminals w/clear tape)
3. fluorescent lightbulbs
4. cleaning products
5. used motor oil & filters
6. anti -freeze & other vehicle fluids
7. car batteries
8. pool/garden chemicals
9. aerosol cans
Weapons, Controlled Substances, Medications
(Crews 1, 2, and Site Supervisor)
1. Weapons - Site Supervisor notifies Local Police Department immediately
2. Controlled Substances - bagged and secured for delivery to Local Police Department
3. Prescribed Medications - bagged in Hi -Viz storage and set aside for inclusion with
Personal Items during Pass 2
2nd Pass
Personal Items
(Crew 2: Supervisor & Laborer Group 1)
Process:
Personal items (specified below) are bagged and tagged, color -coded and labelled with
the date, location/site ID, and unique individual ID, for deposit at City -specified location
a. ID/Social Security cards
b. Medications
c. Birth Certificates
d. Tents
e. Pots & Pans
f. Radios & Electronics
g. Photos/Photo Albums
h. Tax/medical records
i. Intact Bicycles
j. Jewelry
k. Purses/backpacks/briefcases
I. Eyeglasses
m. Books
n. Tools
o. Stoves & Generators
(Crew 1: Laborer Group 1)
Load: GOOD REPAIR - bagged and tagged as personal items, for transfer to City -specified
location
0
Packet Pg. 76
14.a
Load: DAMAGED/STRIPPED items - separated, secured, prepared for local recycling OR haul to
office
a.
Computers
b.
Monitors
c.
Printers
d.
network equipment
e.
cables
f.
telephones
g.
televisions
h.
microwaves
i.
videogames
j.
cell phones
k.
radios
I.
stereos
m.
VCRs
3rd Pass
Encampment Trash, Debris & Vegetation Removal
(Site Supervisor, Crews 1 & 2: Laborers, Crew 3: Landscape Maintenance Laborers (if landscape
work is required)
Process:
1. While the two first Passes of abatement require more detail, caution, and care while
dismantling an encampment, the Third Pass is quick and efficient, our crews having
performed this scope of work for many years in the LA County Flood Control Channels
and along LACMTA property.
2. Once all items from the first two passes are removed, secured, and prepared for hauling
to their respective facilities, the final abatement phase is the safe and swift removal of
any remaining debris, temporary structures, and overgrown vegetation causing a public
nuisance.
3. While Landscape Maintenance laborers utilize various power tools to trim back hedges,
overgrown areas obscuring views, and weeds, our crews of Laborers work to dismantle
structures and prepare the waste for hauling in our dump trucks. This is primarily done
with hand tools, though, if necessary, we can employ the use of a skid loader or bobcat.
This would only be done if there was substantial heavy debris.
All staff that will be working on site will be properly trained and prepared for the work
at hand. Depending on the work being performed, Woods has multiple employees who
are certified in OSHA Bloodborne Pathogen Training as well as in OSHA HAZWOPER
Training. If heavy equipment is required, Woods shall get permission from the City
before beginning that clean-up and said equipment will be operated by experienced and
certified operators. Should additional work be required at adjacent sites, we shall inform
City staff and then proceed as directed. At all times, crews shall perform their duties in a
7
Packet Pg. 77
14.a
professional and workmanlike manner and shall limit their contact with the people
experiencing homelessness.
Upon completion of the work for each site, a report shall be prepared that encompasses
the following information: approximate square footage, number of sites cleaned, hours
worked at each site with the appropriate labor determination, dump information,
equipment usage.
Additionally, because Woods is licensed by the CSLB for both the C-33 (Painting) and
C61-D38 (Pressure washing) licenses, we can, if the City deems it necessary, provide
graffiti removal or power washing of any areas within the space of the encampment
where these services can be beneficial.
1.1.4 Schedule
Woods can be available with a crew well -within the 1 or 2-week time frame described in
different sections of the proposal document, in addition to being available for
emergency clean-ups, regardless of the posting notification timing. Although we will
adhere to any scheduling requirements the City chooses, having performed these types
of clean-ups for many years, we have found that having at least 1 fixed -day per week to
handle smaller encampments may make sense, as all parties participating in the clean-
up know, for example, that every Tuesday at Sam, a crew will be at the ready to perform
the tasks, and law enforcement, City Staff, dumpsters, and the like, can be pre -
scheduled. Nonetheless, we look forward to the opportunity to work with the City to
create the best encampment clean-up program and schedule as possible.
1.1.5 Program Management
The City will be provided with 2 cell phone numbers for the primary point -of -contacts, if
Woods is awarded this contract. For the purposes of privacy, Woods will provide the
name, title, and office contact information in this proposal:
Jose Paniagua—Senior Field Supervisor-818-764-2515 x 105
Josh Woods —Director of Operations/Project Manager-818-764-2515 x 104
1.1.6 Equipment
• Ford Ranger or similar model for supervisor
• Multiple Ford F350, F450, F550 or similar dump trucks with auto -dumping
capability for crews
• Rental Bobcat/Skid Steer/Skip Loader (if necessary)
• Weed Whackers
• Trimmers
N.
Packet Pg. 78
14.a
• Loppers
• Chainsaws
• Shovels
• Rakes
• Brooms
• Sledgehammers
• Garbage Bags
• Storage Bags
• Sharps Containers
• Hazardous Material Containers
• Bio-Hazard Containers
• PPE
1.17 Sub -Consultants
N/A. Woods does not anticipate using subcontractors on this contract.
1.2 Cost File
See separate attachment for pricing components.
9
Packet Pg. 79
Encampment Clean -Up
Contractor
PROPOSAL # CD-21-22-05
TABLE OF CONTENTS
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
SECTION A
NOTICE INVITING PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
PROPOSAL FORM
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
DESIGNATION OF SUBCONTRACTORS
REFERENCES
ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK
PROPOSAL GUARANTEE BID BOND
SECTION D
SAMPLE MAINTENANCE AGREEMENT
FAITHFUL PERFORMANCE BOND
LABOR AND MATERIALS BOND
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS
Project Name: Encampment Clean -Up Contractor
Proposal #: CD-21-22-05
Proposal Closing: September 23, 2021
Last Day for Questions: September 15, 2021
Estimated Contract
Value: $150,000.00
Project Description: The intent of this Request for Proposal (RFP) is to establish a contract with a
qualified vendor to provide the Clean -Up Services to remove all junk, trash,
debris, refuse, and miscellaneous items from previously identified homeless
encampment sites Citywide. This may include sites on public right-of-way, open
space, trails, and riverbeds. The City requires well -managed and financially
sound individuals or firms with demonstrated skills and the ability to manage
and oversee complex projects.
Prevailing Wage: Yes
Required Contractor Only bids submitted by bidders (along with all listed subcontractors) that are
& Subcontractor currently registering and qualified to perform public work pursuant to Labor
Registration: Code Section 1725.5.
Bond Requirements: Yes
Contact Information: Danielle Marquez
dmarguez@santa-clarita.com
(661) 255-4936
Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website
at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120.
RFP Questions must be submitted electronically via the BidNet "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda
are not signed and submitted with the proposal response, the submission may be deemed non-
responsive and rejected.
Dates Published: August 24, 2021
PROPOSAL INSTRUCTIONS
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors are cautioned against relying on verbal information
in the preparation of proposal responses. All official information and guidance will be provided as
part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. AWARDS.
3.1. The City reserves the right to waive any informality in any proposal.
3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
3.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
4. BONDS.
4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the
amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of
service for service projects, to guarantee that proposers will enter into contract to furnish goods
or services at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California.
4.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the
successful vendor when stated in the specification (cash deposit, certified or cashier's check or
money order may be substituted in lieu of either bond).
4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa
Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR"
and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be
considered responsive.
5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors to the manufacturer or specific
article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality
and utility to those referred to. This exception applies solely to the material items in question
and does not supersede any other specifications or requirements cited. Materials differing from
stated specifications may be considered, provided such differences are clearly noted and
described, and provided further that such articles are considered by a City official to be in all
essential respects in compliance with the specifications.
5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
5.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City is not an agent of,
partner to or representative of these outside agencies and is not obligated or liable for any action or
debts that may arise out of such independently negotiated "piggy -back" procurements.
7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user
division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
8. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
CD — Community Preservation
Attn: Justin Cummings
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant 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 proposal purposes only
under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant 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. This
project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
10. PREPARATION. All proposals and required forms must be uploaded as laid out in the Bid Net General
Attachments Section.
11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in
any proposal. The City may reject the proposal of any vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
12. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed
annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the
contract may be renewed if the new pricing of the contract does not change more than the Consumer
Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange
county area and prevailing wage rates, if applicable. The index level for the month preceding the
month of solicitation advertisement will become the beginning index. The price adjustment limit will
be the percentage change based on the difference between the beginning level or the adjustment
level last used and the index level for the period 90 days prior to the award anniversary. The final
adjusted amount will be determined by purchasing staff. If a price adjustment is not requested prior
to the award anniversary date, the previous year's rates will apply.
13. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the
California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5.
Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor
Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates
in the county, or counties, in which the work is to be done have been determined by the Director of
the California Department of Industrial Relations. These wages are set forth in the General Prevailing
Wage Rates for this project, available from the California Department of Industrial Relations' Internet
web site at http://www.dir.ca.gov/OPRL/DPreWaReDetermination.htm. Future effective general
prevailing wage rates which have been predetermined and are on file with the California Department
of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of
the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for
obtaining a current edition of all California statutes and regulations, and adhering to the latest editions
of such.
14. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants that will
be used, the work to be performed by them, and total number of hours or percentage of time they
will spend on the project.
Each proposer must submit with their proposal the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
• If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following
additional information is required on the "Designation of Subcontractors" form enclosed:
➢ Status as a DBE, age of the firm and the annual gross receipts.
• Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be
considered unless such list is submitted as required.
Copies of subcontracts will be provided to the City Engineer upon their request.
15. TERMINATION. The City may terminate any purchase, service or contract with or without cause either
verbally or in writing at any time without penalty.
The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet.
DOCUMENTS CHECKLIST
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section C)
❑ Response File
❑ Cost File (to be submitted separately from Response File)
❑ Notice to Proposers Regarding Contractual Requirements
❑ Designation of Subcontractors
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ Proposal Bid Bond (Notarized)
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Justin Cummings
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Labor and Materials Bond (Notarized)
❑ Performance Bond (Notarized)
SECTION B
Solicitation Information
SCOPE OF WORK
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
EVENT
Solicitation advertisement
Last day for questions
Return of proposals
Contract award
DATE
August 24, 2021
September 15, 2021
September 23, 2021
October 12, 2021
Unless otherwise specified, all deadlines listed above are before 11:00 a.m. Pacific Standard Time on the
stated date. The City will not consider or accept any late submittals. All dates are subject to change.
1. BACKGROUND
1.1.The City of Santa Clarita (City) is seeking a qualified vendor to perform the clean-up/abatement
services of established homeless encampments located within the City. The City is home to
approximately 220,000 residents, with an additional 75,000 in the surrounding unincorporated
areas of Los Angeles County. Santa Clarita is the third -largest City in Los Angeles County in
population and spans over 70 square miles. The City is located 35 miles northwest of Los Angeles
and 40 miles east of the Pacific Ocean. Santa Clarita forms an inverted triangle with the San
Gabriel and Santa Susanna mountain ranges and is bordered by unincorporated areas of Los
Angeles County.
The City currently contracts on an "as needed" basis for encampment clean-up/abatement
services City-wide, with clean-ups typically occurring on a quarterly basis. Although the timing and
frequency of clean-ups may vary and are contingent upon activity levels, resident complaints, and
health and safety concerns. The City's Community Preservation Division serves as the contract
administrator and works directly with the Contractor for needed services. The Contractor is
typically given a two -week notice and an opportunity to walk all sites prior to work commencing.
Encampments are posted by City staff with a 72 hour "Notice to Vacate Illegal Campsite" prior to
the clean-up. The Contractor is then accompanied during the clean-up by City staff and law
enforcement personnel, as needed. On average, approximately 170 encampments are abated
within the City of Santa Clarita annually in order to reduce fire and health hazards.
1.2. In preparation of this Request for Proposals (RFP) the words "Contractor" and "Vendor" are used
interchangeably. Additionally, the words "Clean -Up Services", "Abatement Services", and
"Project" are used interchangeably.
2. OBJECTIVES
2.1. The intent of this Request for Proposal (RFP) is to establish a contract with a qualified vendor to
provide the Clean -Up Services to remove all junk, trash, debris, refuse, and miscellaneous items
from previously identified homeless encampment sites Citywide. This may include sites on public
right-of-way, open space, trails, and riverbeds. The City requires well -managed and financially
sound individuals or firms with demonstrated skills and the ability to manage and oversee
complex projects.
3. DEFINITIONS
3.1. Homeless encampments are defined as sites where one or more homeless person(s) has
established a campsite on public property, or on private property wherein the City has prior
authorization from the owner to conduct Clean -Up Services, is/are occupying it as a place of
residency, and is causing health and safety hazards. Although, the occupancy of the site is not a
factor with regard to Clean -Up Services. All sites shall be vacant at the time Abatement Services
are performed.
3.2. Contract manager refers to the City staff member(s) assigned to oversee the contract and day to
day operations of the Clean -Up Services.
4. CONTRACTOR— DELIVERABLES AND RESPONSIBILITIES
4.1. As directed by the City, the contractor shall provide Clean -Up Services for sites deemed as
homeless encampments City-wide.
4.2. Clean -Up Services duties shall include surveying sites, collecting debris, dismantling temporary
structures, trash removal, and human waste and other biohazard removal.
4.3. Sites are assumed to contain a variety of materials that may include hazardous materials,
biohazardous materials, hypodermic needles and other SHARPS, garbage, general debris, human
waste, constructed temporary shelters, and other items associated with homeless occupancy.
4.4. Some work may require the removal of wood frames or concrete block structures. It is assumed
such structures will be of relatively simple construction using "cast off" materials. The contractor
will consult with the City's contract manager if more complex building types are involved, or if
potential health threats may be present.
4.5. Supply all labor, material, tools, protective clothing and gear, and equipment that is required or
needed to perform the work to handle, remove, transport, and dispose of the waste materials
and leave a clean site.
4.6. For Abatement Services, coordinate with the City's contract manager on a site -by -site basis to
determine the work required for each encampment. The Contractor will provide a work order
for all sites to be cleaned which will include the start date, cost of each site, estimated timeframe
of the work, staging areas, traffic control (if required), and the name of the on -site
representative. The Contractor shall not begin work until the City's contract manager has
approved the proposed work order.
4.7. They City's contract manager may authorize the independent Clean -Up Services of encampment
sites by the Contractor, provided that the site is not inhabited and does not require direct
supervision by City staff. In this case, the Contractor will provide a crew sufficient to properly
clear and clean the site based on the City's contract manager's description and/or photographs.
The Contractor will need to provide detailed photographs of the clean-up and a written
description of items and materials removed.
4.8. The Contractor will provide one designated project manager for the supervision and
management of its crews and subcontractors, and ensure all necessary safety procedures are
followed. This individual will serve as the Contractor's primary contact for the City while services
are being performed.
4.9. Within 72 hours of all clean-ups, the Contractor shall provide a detailed clean-up report providing
information for all sites cleaned. This report shall include: square footage of area cleaned,
number of sites cleaned, number of workers allocated to each site, number of staff hours
allocated for each site, number of truck/vehicle loads disposed of, and any equipment utilized
for each site.
4.10.The Contractor shall notify the City's contract manager if an adjacent homeless encampment
and/or debris is discovered in the general area during the course of a Project, and will obtain
authorization prior to proceeding with any additional work that was not identified in the original
work order. The City shall not be obligated to pay for work completed outside the agreed upon
scope of work.
4.11.Follow best practices work procedures to safely manage and dispose of any hazardous materials
found on the job site, including but not limited to urine, feces, soiled personal hygiene items,
syringes, SHARPS, and other materials which could pose a health threat to the Contractors'
employees, City staff, and/or the general public. Contractor shall handle and dispose of
hazardous materials in accordance will all applicable laws and regulations.
4.12.Contractor shall limit communication between their crews/subcontractors with homeless
individuals should they be or become present prior, during, or after Abatement Services are
performed.
4.13.Perform work in a timely and efficient manner and in a courteous and business -like manner at
all times.
4.14.Work may be performed in inclement weather. Job sites can be in heavy foliage, steep
embankments, next to train tracks, by creeks and riverbanks, and other areas requiring alertness
to the environment and pre -planning to prevent injury or illness. Contractor shall perform a
hazard assessment and provide all training and supplies necessary to complete the job safely.
4.15.The Contractor shall provide its employees with appropriate safety apparel. This apparel shall
include but not be limited to hardhats, safety glasses, vest, gloves, and leather (or adequately
puncture resistant) boots.
4.16.The Contractor and/or operators shall be OSHA certified to operate any heavy equipment
required to complete the encampment clean-up work, including trash compactors, bulldozers,
graders or other ground moving equipment.
4.17.The Contractor shall obtain authorization from the contract manager before any heavy
equipment is utilized in a clean-up.
4.18.Should the use of heavy equipment be approved, all heavy equipment shall be cleaned of
contaminants including, but not limited to, hydraulic fluid, oils, dirt, mud, debris, and other such
contaminants before they are permitted for use in any waterway, basin, dry river bed, wash
channel or any other natural area.
5. DUE DATES/SCHEDULES/TIMELINES
5.1. Abatement Services shall be completed within five -business days once work has commenced.
Should this timeframe be infeasible given the number of sites or size of the sizes, the Contractor
shall notify the contract manager and provide an alternative schedule, which must be approved
by the City prior to commencing any work.
6. CITY RESPONSIBILITIES
6.1. The City's contract manager will submit a written or verbal request to initiate a clean-up to the
contractor. The request will include the location of the sites, the order they will be cleaned in,
and whether they are believed to be occupied. The contractor will either be provided with
photographs of the site or an opportunity to walk the site with City staff.
6.2. The City's contract manager will provide a minimum one -week notification prior to the start time
of a clean-up project.
6.3. The City will post each occupied site with a "Notice to Vacate Illegal Campsite" prior to the clean-
up.
6.4. Los Angeles County Sheriff's Department personnel will be provided for site security on an "as
needed" basis. The City's contract manager will determine when and if Sheriff's Department
personnel are required for a clean-up.
6.5. City staff, Los Angeles County Sheriff's Department personnel, and other designees will manage
all communication and contact with homeless individuals in inhabited encampments.
6.6. The City will provide trash bins, dumpsters, roll -offs, and other such disposal containers in key
staging areas City-wide. These disposal containers will be used to collect all materials collected
during clean-up with the exception of any hazardous materials up to and including biohazardous
materials, hypodermic needles/SHARPS, and human waste. All hazardous materials will be the
sole responsibility of the contractor to remove and dispose of safely, and in accordance with all
applicable laws and regulations.
6.7. Provide a minimum of one City staff member for on -site support and oversight for inhabited
sites. As stated previously in this RFP, staff oversight may not be required if the contract manager
determines that a site is vacant of inhabitants.
6.8. Inventory, collect, and store personal items recovered at the clean-up sites
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
1. RESPONSE FORMAT - The organization of the response and cost files is described in this section of the
RFP. All potential vendors must follow this format.
1.1. RESPONSE FILE:
1.1.1.Introduction -A general introduction and description of the proposal shall be provided.
The format of the introduction is at the discretion of the Contractor, but should include a
brief background of the firm, its knowledge and experience with encampment clean-
up/abatement and/or trash and refuse removal, as well as any qualifications unique to the
firm.
1.1.2.References - The Contractor shall provide a brief summary of any relevant experience on
similar projects. In addition, the Contractor shall provide three (3) references from clients in
which similar services are provided, while having two (2) references be from similarly sized
or larger government sector clients. Contact information for each reference shall be included.
1.1.3.Plan of Study/Scope of Work - Describe in detail the capabilities of the Contractor and its
ability to meet the City's needs as described in the Scope of Work. Provide detailed
descriptions of the benefits the City would incur by using the Contractor and how these
benefits would assist the City with quickly and safely abating homeless encampments.
1.1.4.Schedule — Provide a timeline of potential clean-up dates to be conducted on a quarterly
basis. The frequency of encampment clean-ups may be changed at the City's discretion.
1.1.5.Program Management - The Contractor shall provide the City with a primary point -of -
contact (POC) for all inquiries associated with the Contractor's abatement services, and
contract -related inquires. The name, title, and contact information for the POC shall be
clearly listed in the Vendor's submission.
1.1.6.Eguipment — Describe in detail any equipment, tools, and vehicles that will be used in
conjunction with clean-up operations, and include any potential costs incurred by the City
within the cost file for such equipment.
1.1.7.Sub-Consultants - List all sub -consultants proposed for this project and include their
qualifications and specific responsibilities.
1.2. COST FILE — Statement of Offer and Signature - The proposal shall be signed by an individual
authorized to bind the consultant, shall contain a statement to the effect that the proposal is a
firm offer for a 120-day period, and shall contain a statement that the proposed work will be
performed at the "not -to -exceed" price. This will include all deliverables and meeting attendance
as laid out in the scope of work.
2. SELECTION CRITERIA - The overall criteria are listed below. As proposals are considered by the City to
be more equal in their technical merit, the evaluated cost or price becomes more important so that
when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor.
2.1. SCORING CRITERIA:
2.1.1.Contractor qualifications and experience with similar services
2.1.2.Thoroughness of proposal, approach to providing sound services, and ability to provide
services to meet objectives and standards
2.1.3.Staffing and equipment capabilities that allow the contractor to complete projects within
an appropriate and acceptable timeframe.
2.1.4.Cost of services provided as well as discounts offered
2.2. During the selection process, the evaluation panel may wish to interview bidders with scores
above a natural break. Should an interview process take place, the results of the interview will
carry greater weight in the selection process. The City reserves the right to make a selection solely
on the basis of the proposals without further contact.
SECTION C
Forms
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
1. SUMMARY OF CONTRACT REQUIREMENTS
a. A contract is required for any service performed on behalf of the City. Work cannot
begin until the contract has been fully executed by both parties.
2. SUMMARY OF INSURANCE REQUIREMENTS
a. These are the Insurance Requirements for Contractors providing services or supplies to
the City. By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. When Contract documents
are executed, the actual Contract language and Insurance Requirements may include
additional provisions as deemed appropriate by City's Risk Manager.
b. You should check with your Insurance advisors to verify compliance and determine if
additional coverage or limits may be needed to adequately insure your obligations
under this agreement. These are the minimum required and do not in any way
represent or imply that such coverage is sufficient to adequately cover the Contractor's
liability under this agreement. The full coverage and limits afforded under Contractor's
policies of Insurance shall be available to Buyer and these Insurance Requirements shall
not in any way act to reduce coverage that is broader or includes higher limits than
those required. The Insurance obligations under this agreement shall be: 1—all the
Insurance coverage and limits carried by or available to the Contractor; or 2—the
minimum Insurance requirements shown in this agreement, whichever is greater. Any
insurance proceeds in excess of the specified minimum limits and coverage required,
which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements and a copy of the Declarations and Endorsement
Page of the CGL policy listing all policy endorsements to City before work begins. City
reserves the right to require full -certified copies of all Insurance coverage and
endorsements.
3. INSURANCE
a. General Insurance Requirements
i. All insurance shall be primary insurance and shall name City of Santa Clarita as
an additional insured. The naming of an additional insured shall not affect any
recovery to which such additional insured would be entitled under the policy if
not named as an additional insured, and an additional insured shall not be held
liable for any premium or expense of any nature on the policy or any extension
thereof solely because they are an additional insured thereon.
If the operation under this Agreement results in an increased or decreased risk
in the opinion of the City's Risk Manager, then Consultant agrees that the
minimum limits hereinabove designated shall be changed accordingly upon
written request by the Risk Manager.
iii. Consultant agrees that provisions of this Section as to maintenance of insurance
shall not be construed as limiting in any way the extent to which Consultant may
be held responsible for the payment of damages to persons or property
resulting from Consultant's activities, the activities of its subconsultants, or the
activities of any person or persons for which Consultant is otherwise
responsible.
iv. A Certificate of Insurance, and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a
company acceptable to the City's Risk Manager shall be submitted to City prior
to execution of this Agreement on behalf of the City.
v. The terms of the insurance policy or policies issued to provide the above
insurance coverage shall provide that said insurance may not be amended or
canceled by the carrier, for nonpayment of premiums otherwise, without 30
days prior written notice of amendment or cancellation to City. In the event the
said insurance is canceled, Consultant shall, prior to the cancellation date,
submit new evidence of insurance in the amounts heretofore established.
vi. All required insurance must be in effect prior to awarding this Agreement, and it
or a successor policy must be in effect for the duration of this Agreement.
Maintenance of proper insurance coverage is a material requirement of this
Agreement, and the failure to maintain and renew coverage or to provide
evidence of renewal may be treated by the City as a material breach of contract.
If Consultant, at any time during the term of this Agreement, should fail to
secure or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name at Consultant's sole
cost and expense, or may terminate this Agreement for material breach.
vii. Without limiting any other Consultant obligation regarding insurance, should
Consultant's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, Consultant must notify City within 24 hours of
receipt of notice of cancellation. Furthermore, Consultant must obtain
replacement coverage that meets all contractual requirements within 10 days of
the prior insurer's issuance of notice of cancellation. Consultant must ensure
that there is no lapse in coverage.
b. General Liability and Property Damage Insurance
i. Consultant agrees to procure and maintain general liability and property
damage insurance at its sole expense to protect against loss from liability
imposed by law for damages on account of bodily injury, including death
therefrom, and property damage, suffered or alleged to be suffered by any
person or persons whomsoever, resulting directly from any act or activities of
Consultant, its subconsultants, or any person acting for Consultant or under its
control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by
or from acts or activities of Consultant, or its subconsultants, or any person
acting for Consultant, or under its control or direction. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost in defending claims for alleged loss. Such general
liability and property damage insurance shall be maintained in the following
minimum limits: A combined single -limit policy with coverage limits in the
amount of $1,000,000 per occurrence will be considered equivalent to the
required minimum limits.
c. Automotive Insurance
i. Consultant shall procure and maintain public liability and property damage
insurance coverage for automotive equipment with coverage limits of not less
than $1,000,000 combined single limit. If Consultant does not use automobiles
in performing its work under this Agreement, Consultant shall provide a waiver
releasing City from all liability resulting from Consultant's use of personal
vehicles under this Agreement.
d. Worker's Compensation Insurance
i. Consultant shall procure and maintain Worker's Compensation Insurance in the
amount of $1,000,000 per occurrence or as will fully comply with the laws of the
State of California and which shall indemnify, insure, and provide legal defense
for both Consultant and City against any loss, claim, or damage arising from any
injuries or occupational diseases happening to any worker employed by
Consultant in the course of carrying out this Agreement.
Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against City, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by Consultant for City.
Questions and requests for modification of these terms must be negotiated and approved prior to bid
closing and are at the full discretion of the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the
contract is awarded.
REFERENCES
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Encampment Clean -Up
Contractor. The Contractor will be expected to perform maintenance practices and uphold the standards
herein to the established Scope of Work throughout the length of the contract.
*Supervisor's Signature:
Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*All three signatures required
SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY PROPOSAL
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
NOTE: The following form shall be used in case check accompanies proposal.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita
for: dollars ($ ), this amount being not
less than ten percent (10%) of the total amount of the first contract year (365 days) of this proposal. The
proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted
by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall
fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check
shall be returned to the undersigned.
Project Name: Encampment Clean -Up Contractor
Proposer's Signature
CONTRACTOR
Address
City, State, Zip Code
* Delete the inapplicable work.
NOTE: If the proposer desires to use a bond instead of a check, the following form shall be executed. The
sum of this bond shall be not less than ten percent (10%) of the total amount of the proposal.
PROPOSAL GUARANTEE BOND
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that
,as PROPOSER, and
, as SURETY, are held and firmly bound unto the
City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is ten percent (10%) of the total of first contract year (365 days) amount
which is proposed by PROPOSER, to AGENCY for the above -stated project, for the payment of which sum,
PROPOSER and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas PROPOSER is about to submit a proposal
to AGENCY for the above -stated project, if said proposal is rejected, or if said proposal is accepted and the
contract is awarded and entered into by PROPOSER in the manner and time specified, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of 20_.
CONTRACTOR:
Name and Title of Signatory Signature
Legal Name of Bidder
Bidder Address
Telephone Number Federal Tax I.D. No.
SURETY*:
Name
Phone Number and Email
Address
This document must be notarized prior to submittal.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current
list (Circular 570, as amended) and be authorized to transact business in the State where the project is
located.
SECTION D
Sample Contract
SAMPLE CONTRACT
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA
AND
FOR
THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF
SANTA CLARITA, a general law city and municipal corporation ("CITY") and
("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set
forth in the attached Exhibit " ," which is incorporated by reference, for
CONTRACTOR's services. CITY will pay such amount promptly, but not later
than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from , to The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit " "
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
C. CONTRACTOR guarantees each portion of the services as installed against
defective materials and workmanship for a period of one (1) year from date of
CITY's written acceptance of the work. Promptly upon CITY's request within
that one (1) year period, CONTRACTOR agrees to correct by repair or
replacement without charge to CITY any defects which may appear in the work or
any portion thereof. Notwithstanding the foregoing, all guarantees and warranties
obtained by CONTRACTOR from manufacturers and vendors of equipment used
in the performance of the services shall be extended to CITY's benefit for the full
limit of their terms.
4. PREVAILING WAGES.
A. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. 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)]. 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. This project is subject to compliance monitoring and enforcement
by the Department of Industrial Relations.
B. PREVAILING WAGES. If this contract is subject to the State prevailing wage
requirements of the California Labor Code including, but not limited to, Sections
1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California
prevailing wage laws including, to the extent applicable, Labor Code Section
1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage
rates in the county, or counties, in which the work is to be done have been
determined by the Director of the California Department of Industrial Relations.
These wages are set forth in the General Prevailing Wage Rates for this project,
available from the California Department of Industrial Relations' Internet web site
at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective
general prevailing wage rates which have been predetermined and are on file with
the California Department of Industrial Relations are referenced but not printed in
the general prevailing wage rates. A copy of the prevailing rate of per diem wages
shall be posted at the job site. The Contractor is responsible for obtaining a
current edition of all California statutes and regulations, and adhering to the latest
editions of such.
C. FEDERAL PREVAILING WAGE. If this is a federally funded project and the
Davis Bacon Act will be enforced. The current General Decision of wage
determinations issued by the United States Department of Labor is set forth at the
following website address: https://beta.sam.gov/. If there is a difference between
the prevailing wage rate determined by the Department of Labor and the
prevailing wage rate predetermined by the Director of Industrial Relations for
similar classifications of labor, the Contractor and its Subcontractors shall pay not
less than the higher prevailing wage rate. The Agency will not accept lower State
prevailing wage rates not specifically included in the Federal prevailing wage
determinations. This includes "helper" (or other classifications based on hours of
experience) or any other classification not appearing in the Federal prevailing
wage determinations. Where Federal prevailing wage determinations do not
contain the State prevailing wage rate determination otherwise available for use
by the Contractor and Subcontractors, the Contractor and Subcontractors shall pay
not less than the Federal prevailing wage rate which most closely approximates
the duties of the employee(s) in question. The prevailing wage rate for any
classification not listed by the Department of Labor or the Director of Industrial
Relations, but which may be required to execute the Contract, shall be in accord
with specified rates for similar or comparable classifications or for those
performing similar or comparable duties, within the Agency's determinations.
D. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
C. CONTRACTOR represents that the CONTRACTOR agrees to comply with all
applicable federal and state workplace and employment laws including those that
relate to minimum hours and wages, occupational health and safety, workers
compensation insurance and state, county and local orders.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "AXII." Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require
its insurer to modify such certificates to delete any exculpatory wording stating that
failure of the insurer to mail written notice of cancellation imposes no obligation,
and to delete the word "endeavor" with regard to any notice provisions.
E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONTRACTOR for CITY.
F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement, Ci . may cancel the Agreement immediately with no penalty.
G. Should Contractor's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, CONTRACTOR must notify City within 24 hours
of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain
replacement coverage that meets all contractual requirements within 10 days of the
prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that
there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should
CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising
out of performance by CONTRACTOR of services rendered pursuant to this Agreement,
CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and
will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or
costs incurred in defense otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for other
employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY
and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY
provides for its employees. Any provision in this Agreement that may appear to give CITY the
right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character, nor will it be deemed to constitute a continuing waiver.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent
necessary in the opinion of the court to render such portion enforceable and, as so modified, such
portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
18. AUTHORITY/MODIFICATION. This Agreement maybe subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
19. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
20. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
21. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will immediately
terminate without obligation of either party to the other.
22. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there
are additional terms and conditions contained in Exhibit " " that are not in conflict with this
Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
24. ELECTRONIC TRANSNHSSION OF CONTRACT AND SIGNATURE. The Parties
agree that this Agreement may be transmitted and signed by electronic mail by either/any or
both/all Parties, and that such signatures shall have the same force and effect as original
signatures, in accordance with California Government Code section 16.5 and Civil Code section
1633.7.
(SIGNATURES ON NEXT PAGE)
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR CONTRACTOR:
itz
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
FAITHFUL PERFORMANCE BOND
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND
as SURETY, are held and firmly bound unto the City of
Santa Clarita, as AGENCY, in the penal sum of dollars
($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract
term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond
shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond
covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter
into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs
and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations
in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way
release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
.2021.
CONTRACTOR:
Name and Title of Signatory Signature
Legal Name of Bidder
Bidder Address
Telephone Number Federal Tax I.D. No.
SURETY*:
Name
Phone Number and Email
Address
This document must be notarized prior to submittal.
LABOR AND MATERIALS BOND
PROPOSAL # CD-21-22-05
Encampment Clean -Up Contractor
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that .,
as CONTRACTOR AND as SURETY, are
held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of
dollars ($ ), which
is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to
enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR or any
subcontractor fails to payfor any labor or material of any kind used in the performance of the workto be done under
said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said
labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure
to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any
alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of
the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations
is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day
of .2021.
CONTRACTOR:
Name and Title of Signatory Signature
Legal Name of Bidder
Bidder Address
Telephone Number Federal Tax I.D. No.
SURETY*:
Name
Phone Number and Email
Address
This document must be notarized prior to submittal.