Loading...
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.