Loading...
HomeMy WebLinkAbout2023-03-14 - AGENDA REPORTS - STREETLIGHT MAINT DISTO Agenda Item: 6 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: ' DATE: March 14, 2023 SUBJECT: STREETLIGHT MAINTENANCE DISTRICT — APPROPRIATION OF ONE-TIME AND ONGOING FUNDS TO SUPPORT STREETLIGHT OPERATIONS DEPARTMENT: Administrative Services PRESENTER: Kevin Tonoian RECOMMENDED ACTION City Council: Authorize a one-time appropriation of $70,000 from the Santa Clarita Streetlight Maintenance District (Fund 359), as identified in Attachment A, to support increased electrical operation costs associated with the annexation of Tesoro Del Valle and the acceptance of streetlight maintenance in the Skyline Ranch community. 2. Authorize an ongoing appropriation of $120,000 from the Santa Clarita Streetlight Maintenance District (Fund 359), as identified in Attachment B, to support recurring streetlight electrical expenditures associated with the addition of new service areas commencing in Fiscal Year 2023-24, contingent upon the annual appropriation of funds by the City Council in future fiscal years. 3. Authorize a one-time appropriation of $90,000 from the Santa Clarita Streetlight Maintenance District (Fund 359), as identified in Attachment A, for the purchase of spare poles to support the as -needed replacement of damaged streetlights. 4. Authorize an ongoing appropriation of $50,000 from the Santa Clarita Streetlight Maintenance District (Fund 359), as identified in Attachment B, to fund the recurring purchase of additional spare streetlight poles commencing in Fiscal Year 2023-24, contingent upon the annual appropriation of funds by the City Council in future fiscal years. Page 1 Packet Pg. 45 O BACKGROUND The purpose of this item is to request the appropriation of one-time and ongoing funds from Streetlight Maintenance District (Fund 359) to support expansion of streetlight operations within new territories of operational responsibility and the proactive purchase of replacement poles to ensure the organization has adequate inventory to complete the timely replacement of damaged streetlights. As background, the City of Santa Clarita (City) Streetlight Maintenance District (SMD) is responsible for funding streetlight operations throughout the City. In 2017, the City Council approved a Purchase and Sale Agreement with Southern California Edison (Edison) to acquire the City's streetlight system. Ownership of the system, which currently encompasses 17,598 individual streetlights, provides numerous benefits including local control and installation of environmentally friendly and energy -efficient light -emitting diode (LED) fixtures. Expansion of Streetlight Operations Staff is requesting a one-time appropriation of $70,000 and an ongoing appropriation of $120,0000, commencing in Fiscal Year (FY) 2023-24, to support the expansion of streetlight operations, as identified in Attachments A & B. This request directly relates to the November 2022 annexation of Tesoro Del Valle (Tesoro) at which time the City accepted financial responsibility for the existing 437 streetlights. It is important to note that, due to the timing of the annexation, the City was unable purchase the streetlights located within Tesoro and these assets remain under the ownership of Southern California Edison. Further, staff also anticipates accepting ownership and operational responsibility for an additional 191 new streetlights within the Skyline Ranch community prior to the conclusion of FY 2022-23. Replacement Pole Inventory Finally, a component of the City's streetlight operation encompasses the recurring replacement of streetlight poles damaged as a result of vehicle collisions. Dating back to the beginning of FY 2022-23, the City has experienced a significant increase in the number of poles involved in traffic collisions. Dating back to July 1, 2022, staff has installed 48 replacements, including 7 that were damaged during the recent three-day storm in late February. To ensure that the City has adequate inventory on -hand to replace knockdowns in a timely fashion, staff is requesting a one-time appropriation in the amount of $90,000, as identified in Attachment A. Staff is also requesting an ongoing appropriation of $50,000 commencing in FY 2023-24, contingent upon the annual appropriation of funds by the City Council in future fiscal years to increase the total number of replacement streetlight poles on -hand, as identified in Attachment B. It is important to note that in approximately 70 percent of all knockdown instances, the City recovers the full cost of replacing damaged streetlights from the responsible party's auto insurance. As such, the majority of annual streetlight replacement expenditures constitute "pass Page 2 Packet Pg. 46 O through charges," which are ultimately recovered by the City through insurance claims. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT The recommended action requires a one-time appropriation of $70,000 in the current fiscal year and an ongoing appropriation of $120,000 commencing in Fiscal Year 2023-24 from Streetlight Maintenance District Fund Balance (Fund 359) to support the expansion of streetlight services in the Tesoro Del Valle and Skyline Ranch communities. The recommended action also requires approval of a one-time appropriation of $90,000 in the current fiscal year and an ongoing appropriation of $50,000 commencing in Fiscal Year 2023-24 from Streetlight Maintenance District Fund Balance (Fund 359) to support the replacement of streetlight poles damaged as a result of traffic collisions. The City will realize offsetting annual revenue of $71,082 in the form of new and ongoing SMD special assessment levies associated with the Tesoro annexation commencing in Fiscal Year 2023-24. All ongoing appropriation requests will be contingent upon the approval funds by the City Council during subsequent budget years. ATTACHMENTS SMD Requested Budget Appropriations - Attachment A SMD Requested Budget Appropriations - Attachment B Page 3 Packet Pg. 47 Attachment A City of Santa Clarita SMD - Requested One-time Budget Appropriation Fiscal Year 2022- 2023 Account Number Account Title Current Budget Amount Proposed Budget Amount Amount of Increase One-time or ongoing 3592403-513101 Electric Utility $1,443,924 $1,513,924 $70,000 One-time 3592403-516122 Streetlight Equipment $200,000 $290,000 $90,000 One time $1,643,924 $1,803,924 $160,000 6.a Packet Pg. 48 Attachment B City of Santa Clarita SMD - Requested Ongoing Budget Appropriation Fiscal Year 2023- 2024 Account Number Account Title Current Budget Amount Proposed Budget Amount Amount of Increase One-time or ongoing 3592403-513101 Electric Utility $1,443,924 $1,563,924 $120,000 Ongoing $1,443,924 $1,563,924 $120,000 6.b Packet Pg. 49 felt. Annual Portable Restrooms And Fencing Contract PROPOSAL # AE-22-23-32 TABLE OF CONTENTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS COST FILE A COST FILE B—SPONSORSHIP COMPLIANCE FORM DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS REFERENCES ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK SECTION D SAMPLE MAINTENANCE AGREEMENT FRINGE BENEFIT STATEMENT SECTION A RFP Information & Instructions CITY OF SANTA CLARITA REQUEST FOR PROPOSALS Project Name: Annual Portable Restrooms and Fencing Contract Proposal #: AE-22-23-32 Last Day for Questions: February 10, 2023 before 11:00 AM (PT) Proposal Closing: February 21, 2023 before 11:00 AM (PT) Estimated Contract $100,000 Value: Project Description: The City of Santa Clarita uses portable sanitation and fencing throughout the year for events and other related services. The City is incorporating all of the event and maintenance needs into one annual contract with options for additional uses. The events and services listed below and their specifications are an approximation of the City's requirements and may be less or more on an as -needed basis throughout the year. Prevailing Wage: Yes Bond Requirements: No Contact Information: Danielle Marquez 1 (661) 255-4936 1 dmarquez@santa-clarita.com Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only proposals submitted by proposers (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. 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: January 13, 2023 PROPOSAL INSTRUCTIONS PROPOSAL # AE-22-23-32 Annual Portable Restrooms And Fencing Contract 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. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 4.1. 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. 4.2. 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. 4.3. 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. 5. 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. 6. 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. 7. INVOICES. Invoices will be forwarded to: City of Santa Clarita ED - Arts & Events Attn: David Knutson 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. 8. 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. 9. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 9.1. For hard copy submissions, proposals must be typed or written in black ink except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the proposal. In compliance with Resolution 93-9, all hard copy proposals and attachments must be submitted double -sided on recycled paper. 10. 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. 11. 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. Proposer shall honor proposal prices for One -Hundred and Twenty Days (120 days) or for the stated contract period, whichever is longer. 12. 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/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. 13. 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. Copies of subcontracts will be provided to the City Engineer upon their request. 14. 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 # AE-22-23-32 Annual Portable Restrooms And Fencing Contract 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 Files (to be submitted separately from Response File) o Cost File A o Cost File B —Sponsorship ❑ Compliance Form ❑ Notice to Proposers Regarding Contractual Requirements ❑ Designation of Subcontractors/Subconsultants ❑ References ❑ Acknowledgement and Acceptance of Scope of Work ❑ 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: Kyle Lopez ❑ Maintenance Agreement ❑ Insurance Required by Contract ❑ W-9 Form ❑ Fringe Benefit Statement SECTION B Solicitation Information SCOPE OF WORK PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California EVENT DATE Solicitation advertisement January 13, 2023 Last day for questions February 10, 2023 Return of proposals February 21, 2023 Contract award April 11, 2023 *Dates are subject to change at the City's discretion* PROJECT NEEDS OVERVIEW The City of Santa Clarita uses portable sanitation and fencing throughout the year for events and other related services. The City is incorporating all of the event and maintenance needs into one annual contract with options for additional uses. The events and services listed below and their specifications are an approximation of the City's requirements and may be less or more on an as -needed basis throughout the year. Additionally, there will be sponsorship opportunities for all vendors submitting proposals. Please see Section C, Cost File B —Sponsorship form for details. SUPPLIER RESPONSIBILITIES 1. General Requirements 1.1. All units provided by the contractor must include proper hoses (including food grade hoses for sinks, as required), power cords, waste storage containers and everything else that is required to operate units. All hoses and power cords must be identified and secured in such a way to protect the public from any safety hazards. 1.2. All supplies for the purpose of personal hygiene or sanitation (i.e. paper towels, soap disinfectant, toilet paper, etc.) shall be provided by the contractor. 1.3. In the event of emergencies with the equipment requested for any event should one or all of the units fail to work up to proper standards, the company shall have one hour to replace or repair the unit(s) once called. 2. Free To Be Me Festival 2.1. Timeline 2.1.1. Deliver all units to Canyon Country Community Center on March 10, 2023 by 5:00 p.m. 2.1.2. Remove all units on March 13, 2023 by 5:00 p.m. 2.2. Equipment 2.2.1. Six (6) ADA Units 2.2.2. Two (2) 2 Station Hand Wash Sink 3. Cowboy Festival 3.1. Timeline 3.1.1. Deliver two (2) VIP units (for staff) on Monday, April 17, 2023 3.1.2. Service two (2) VIP units, two times prior to Friday, April 21, 2023 3.1.3. Deliver all additional units between April 19, 2023 at 8:00 a.m. and April 21, 2023 at 11:00 a. m. 3.1.4. Service all units April 22, 2023 between 7:00 a.m. and 10:00 a.m. 3.1.5. Service all units April 23, 2023 between 7:00 a.m. and 10:00 a.m. 3.1.6. Remove all units on Monday, April 24, 2023 before 5:00 p.m. 3.2. Equipment 3.2.1. Twenty-four (24) VIP Units 3.2.2. Three (3) 6-unit VIP Trailer 3.2.3. Four (4) ADA Units 3.2.4. Seven (7) Deluxe Units 3.2.5. Five (5) 2 Station Hand Wash Sink 3.2.6. Eight (8) 3-Basin Hot/Cold Sink 3.2.7. One Hundred Fifty (150) Pedestrian Barricade 3.2.8. Two Hundred Fifty Feet (250') of 6' panel fence with wind screen with sand bags 3.2.9. One Hundred Thirty Feet (130') of 8' panel fence with wind screen with sand bags 3.2.10. Two (2) Attendants to clean and restock restrooms on Saturday and Sunday 3.2.11. One (1) Technician to maintain portables during event 3.2.12. One (1) Service Truck w/ 1500-gallon capacity 3.2.12.1. Truck is unable to move during the event 3.2.13. One (1) Service Driver to operate truck during event 4. Earth Arbor Day 4.1. Timeline 4.1.1. Deliver all units on Friday, April 28, 2023 to before 12:00 p.m. 4.1.2. Service all units Saturday, April 29, 2023 after 5:00 p.m. 4.1.3. Remove all units on Monday, May 1, 2023 before 5:00 p.m. 4.2. Equipment 4.2.1. Twelve (12) Deluxe Units 4.2.2. One (1) ADA Unit 4.2.3. Four (4) 2 Station Hand Wash Sink 5. Hit The Trail 5.1. Timeline 5.1.1. Deliver all units on May 12, 2023 by 5:00 p.m. 5.1.2. Remove all units on May 15, 2023 by 5:00 p.m. 5.2. Equipment 5.2.1. Ten (10) Deluxe Units 5.2.2. Four (4) VIP Units 6. July 41h Parade & Fireworks 6.1. Timeline 6.1.1. Deliver units to designated areas throughout the Westfield Valencia Town Center on July 3, 2023 beginning at 8:00 a.m. 6.1.2. Deliver units to Veterans Historical Plaza on July 3, 2023 beginning at 8:00 a.m. 6.1.3. Remove all units on July 5, 2023 before 5:00 p.m. 6.2. Equipment 6.2.1. Two (2) VIP Units 6.2.2. Forty-five (45) Deluxe Units 6.2.3. One (1) 4-unit VIP Trailer 6.2.4. Six (6) ADA Units 7. Concerts in the Park 7.1. Timeline 7.1.1. Deliver all units to Central Park on July 5, 2023 beginning at 8:00 a.m. 7.1.2. Service all units every Monday from July 10 to August 28, 2023 7.1.3. Remove all units by Tuesday, August 29, 2023 at 5:00 p.m. 7.2. Equipment 7.2.1. Two (2) 4-Unit VIP Trailer 7.2.2. Nine (9) VIP Units 7.2.3. Two (2) ADA Units 7.2.4. Twenty (20) Deluxe Units 7.2.5. One (1) 3-Basin Hot/Cold Sink 7.2.6. Two (2) 2 Station Hand Wash Sink 7.2.7. Ten (10) Pedestrian Barricade 7.2.8. Three Hundred Feet (300') of 6' panel fence with wind screen 7.2.9. Sixty Feet (60') of 6' panel fence 7.2.10. Two (2) 6' x 4' gates 7.2.11. 0 n e (1) 6' x 24' gate 7.2.12. Two (2) Attendants to clean and restock restrooms at all of the concert dates 7.2.12.1. Saturdays from July 8 to August 26, 2023 7.3. Special Requirements 7.3.1. Service and setup of all required units are to be left at the location the entire length of the Concerts in the Park Series and should be locked in between concert dates. 7.3.2. All units that that cannot be locked with a key must be capable of being padlocked shut. 7.3.3.The City of Santa Clarita will provide combo locks for the restrooms and give the combo code to the serving attendant 8. Evening of Remembrance 8.1. Timeline 8.1.1. Deliver all units on August 23, 2023 by 12:00 p.m. 8.1.2. Remove all units on August 24, 2023 by 5:00 p.m. 8.2. Equipment 8.2.1.One (1) VIP Unit 8.2.2.One (1) ADA Unit 9. River Rally 9.1. Timeline 9.1.1. Deliver all units on September 15, 2023 by 12:00 p.m. 9.1.2. Remove all units on September 18, 2023 by 5:00 p.m. 9.2. Equipment 9.2.1.One (1) 4-Unit VIP Trailer 9.2.2.One (1) ADA Unit 9.2.3.Two (2) 2 Station Hand Wash Sink 10. To Be Determined Event 10.1. Timeline 10.1.1. Deliver all units on October 6, 2023 beginning at 8:00 a.m. 10.1.2. Remove all units on October 9, 2023 by 5:00 p.m. 10.2. Equipment 10.2.1. Twelve (12) VIP Units 10.2.2. Three (3) 6-unit VIP Trailer 10.2.3. Three (3) ADA Units 10.2.4. Nine (9) Deluxe Units 10.2.5. Three (3) 2 Station Hand Wash Sink 10.2.6. Two (2) 3-Basin Hot/Cold Sink 10.2.7. One Hundred Fifty (150) Pedestrian Barricade 10.2.8. Three Hundred Feet (300') of 6' panel fence with wind screen with sand bags 10.2.9. Two (2) Attendants to clean and restock restrooms on Saturday and Sunday 11. Haunted Jailhouse 11.1. Timeline 11.1.1. Deliver all units on TBD date in October 11.1.2. Remove all units on TBD date in October 11.2. Equipment 11.2.1. One (1) VIP Unit 11.2.2. One (1) ADA Unit 11.2.3. One (1) Deluxe Unit 11.2.4. One (1) 2 Station Hand Wash Sink 12. Zombie Run 12.1. Timeline 12.1.1. Deliver all units to Santa Clarita Sports Complex on October 20, 2023 by 12:00 p.m. 12.1.2. Remove all units on October 23, 2023 by 5:00 p.m. 12.2. Equipment 12.2.1. Two (2) Deluxe Units 12.2.2. One (1) ADA Unit 12.2.3. Four Hundred Feet (400') 6' panel fence with wind screen 12.2.4. Sixty-five (65) sand bags for fence 13. Mike A Difference Day 13.1. Timeline 13.1.1. Deliver all units on October 27, 2023 by 5:00 p.m. 13.1.2. Remove all units on October 30, 2023 by 5:00 p.m. 13.2. Equipment 13.2.1. One (1) 4-Unit VIP Trailer 13.2.2. One (1) ADA Unit 14. Veterans Day Ceremony 14.1. Timeline 14.1.1. Deliver all units to Veterans Historical Plaza on November 10, 2023 by 12:00 p.m. 14.1.2. Remove all units on November 13, 2023 by 5:00 p.m. 14.2. Equipment 14.2.1. Two (2) VIP Units 14.2.2. One (1) ADA Unit 15. Light Up Main Street 15.1. Timeline 15.1.1. Deliver all units on November17, 2023 by 12:00 p.m. 15.1.2. Remove all units on November 20, 2023 by 5:00 p.m. 15.2. Equipment 15.2.1. Three (3) 4-Unit VIP Trailers 15.2.2. Three (3) ADA Units 15.2.3. Three (3) Deluxe Units 16. Outdoor Recreation Programming 16.1. Timeline 16.1.1. Throughout the year the City's Outdoor Recreation team hosts programming at various Open Space areas; dates are TBD for 2023. 16.1.2. Deliver all units on TBD dates, 6 times per year 16.1.3. Remove all units on TBD dates, 6 times per year 16.2. Equipment 16.2.1. One (1) ADA Unit 16.2.2. One (2) Deluxe Unit 17. Archery Range 17.1. Timeline 17.1.1. Deliver unit on March 1, 2023 17.1.1.1. Unit to remain onsite for duration of contract length 17.1.2. Service unit weekly 17.2. Equipment 17.2.1. One (1) ADA Unit 18. Santa Clarita Parks Division 18.1. Timeline 18.1.1. Throughout the year the City's Parks Division performs maintenance on the existing park restrooms. During this time, they will need a temporary restroom. This can happen approximately 10 times per year. 18.2.Equipment 18.2.1. One (1) ADA Unit 19. Santa Clarita Metrolink Stations 19.1. Timeline 19.1.1. Throughout the year the City's Facilities Division performs maintenance on the existing facility restrooms. During this time, they will need a temporary restroom. This can happen approximately 10 times per year. 19.2.Equipment 19.2.1. One (1) ADA Unit 20. Landscape Maintenance District (LMD) Restrooms 20.1. Timeline 20.1.1. Throughout the year LMD contractors perform maintenance on existing LMD park restrooms. During this time, they will need a temporary restroom. This can happen approximately 10 times per year. 20.2.Equipment 20.2.1. One (1) ADA Unit 21. Landscape Maintenance District (LMD) Fencing 21.1. Timeline 21.1.1. Throughout the year LMD contractors perform maintenance on existing LMD park fields. During this time, they will need a temporary fence placed around the grass area. This can happen approximately 3 times per year 21.2.Equipment 21.2.1. Three hundred feet (300') of 6' panel fence with wind screen CITY RESPONSIBILITIES Maps for all events will be supplied to the awarded vendor. RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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. 1.1.2.References — The contractor shall provide a brief summary of any relevant experience on similar projects. Fill out and return the References Form, see Section C. 1.1.3.Eguipment — Provide a list of all proposed equipment including but not limited to; ADA, VIP and Trailered Restrooms, 2 & 3 basin sinks, handwashing stations, pedestrian barricades, and fencing. 1.1.4.Scope of Work— Describe the work program. Explain the proposed technical approach that addresses the specific issues identified in this RFP. Provide a description of the relationships between these activities. Include an explanation of any division of work proposed between the consultant and the City. 1.1.5.Rapid Response and Call Out — Describe the time schedule for the contractor to be able to meet the timelines of the City. Please note: in the event of emergencies with the equipment requested for any event should one or all of the units fail to work up to proper standards, the company will have one hour to replace or repair the unit(s) once called. 1.1.6.Sub-Contractors — List all sub -contractors proposed for this project in the Designation of Subcontractors Form and include their qualifications and specific responsibilities, see Section C. 1.1.7.Compliance — Fill out and submit Compliance Form, see Section C. 1.1.8.Acknowledgement and Acceptance of Scope of Work — Fill out Acknowledgment and Acceptance of Scope of Work and submit with proposal, see Section C. 1.2. COST FILE — Statement of Offer and Signature - The proposal shall be signed by an individual authorized to bind the contractor, 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 as laid out in the scope of work. 1.2.1.The Cost File must be submitted separately from the Response File. 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, Scope of Work 2.1.2. Experience on similar projects 2.1.3. Thoroughness of proposal, approach to providing sound services, and ability to provide services to meet objectives and standards 2.1.4. Rapid Response and Call Out 2.1.5. Cost of materials and services provided as well as discounts offered During the selection process, the evaluation panel may wish to interview proposers 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 select solely on the basis of the proposals without further contact. SECTION C Forms NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. 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. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT 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 Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 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. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). 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 endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." 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 CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. 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. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. 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: COST FILE A PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California PRICING Please use "Lump Sum" (LS) pricing for each event listed below and include all specified items, labor and timeline costs involved. There are lines for additional costs not included in each event at the bottom as well as a request for "Additional Pricing" following this price sheet. Do NOT include the "Additional Pricing" in your response total. EVENT COST 1. Free To Be Me Festival $ (LS) 2. Cowboy Festival $ (LS) 3. Earth Arbor Day $ (LS) 4. Hit The Trail $ (LS) 5. July 4t" Parade & Fireworks $ (LS) 6. Concerts in the Park $ (LS) 7. Evening of Remembrance $ (LS) 8. River Rally $ (LS) 9. TBD Event $ (LS) 10. Haunted Jailhouse $ (LS) 11. Zombie Run $ JLS) 12. Make A Difference Day $ (LS) 13. Veterans Day Ceremony $ (LS) 14. Light Up Main Street $ (LS) 15. Outdoor Recreation Programming $ (LS) 16. Archery Range $ (LS) 17. Santa Clarita Parks Division $ (LS) 18. Santa Clarita Metrolink Station $ (LS) 19. LIVID Restrooms $ (LS) 20. LIVID Fence $ (Per Panel) 21. Subtotal (add lines 1-20) $ Additional costs not noted above: DEFINE COST 22. S 23. $ 24. $ 25. Sponsorship (please insert your marketing investment for above benefits as a negative. Entries greater than zero are MANDATORY) $ 26. TOTAL (add lines 21-24, subtract line 25) $ (place this cost on page one of your response) COST FILE A —ADDITIONAL PRICING PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California ADDITIONAL PRICING (PER UNIT): Do NOT include this pricing in your bid response. 1. Pickup/ Delivery -weekday $ flat rate 2. Pick up / Delivery - weekday after hours $ flat rate 3. Pick up / Delivery - weekend $ flat rate 4. Pick up / Delivery - weekend after hours $ flat rate 5. Delivery — Same day $ flat rate 6. Service - weekday $ flat rate 7. Service - weekday after hours $ flat rate 8. Service - weekend $ flat rate 9. Service - weekend after hours $ flat rate 10. Attendant to clean and stock normal hours $ per hour 11. Attendant to clean and stock after hours $ per hour 12. VIP Unit $ each 13. 6-Unit VIP Trailer $ each 14. 4-Unit VIP Trailer $ each 15. ADA Unit $ each 16. Deluxe Unit $ each 17. Hand -wash Sink $ each 18. 2 Basin Hot/Cold sink w/ 300 gal. waste tank 19. 3 Basin Hot/Cold sink w/ 300 gal. waste tank 20. Pedestrian Barricade 21. 6' Panel Fence per 8' section 22. 8' Panel Fence per 8' section 23. 6' Chain Link Fence per 1' 24. 8' Chain Link Fence per 1' $ each $ each $ each $ each $ each $ each $ each COST FILE B — SPONSORSHIP PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California The City of Santa Clarita has implemented a municipal marketing program that provides our partners with tremendous value. This program has proven to be an effective way for our partners to increase brand awareness and revenue. We hope that doing business with the City will serve as a conduit for attaining other business with local companies and residents. All companies proposing on the RFP forAnnual Portable Restroom and Fencing Contract will be required to make a marketing investment through this program. Outlined below are the benefits that you would receive in exchange for these marketing benefits. Please provide the amount of investment your business is willing to provide in exchange for the below benefits. While there is no mandatory minimum investment, please note that participation in this program is required to propose on the RFP for Annual Portable Restroom and Fencing Contract. Cowboy Festival Step back in time at the Cowboy Festival and experience a celebration of the area's rich Western heritage, featuring world-renowned musical artists, tantalizing cuisine, designer western gear and a variety of cultural events and activities for all ages. You'll definitely want to entertain your business clients in the VIP Bunkhouse. Event attendance—10,000 Attendee demographic — local, regional, and national individuals and families • Sponsor link on Cowboy Festival website • Two (2) VIP sponsor badges, including: o Passes to VIP Cantina (includes food and beverages) • VIP shuttle passes from parking lot Concerts in the Park Become a supporter for our communities most highly attended concert series. The free concerts in Central Park have become a tradition for families and friends to spend a rockin' evening under the stars. As a sponsor, you'll find value in the marketing exposure and exhibitor space that will connect you with the thousands of residents attending this favorite summer event. Event attendance — 40,000 Attendee demographic— local and regional families and business owners • Two (2) VIP sponsor badges, including: o Passes include food and non-alcoholic beverages o VIP parking lot • PA announcements prior to each concert • Sponsor link on Concerts in the Park Website Santa Clarita River Rally Be a proud supporter of the City's annual celebration of green living and reach a highly desirable demographic of attendees. Opportunities consist of inclusion in marketing materials, on -site activation, signage and more Event attendance — 3,500 Attendee demographic — environmentally conscious individuals and families; local and regional green business owners • Sponsor link on River Rally website • Volunteer opportunities for sponsor event involvement Light Up Main Street What better way to usher in the start of the holiday season than with FREE and FUN family activities, including 10,000 pounds of real snow, pictures with Santa, face painters, a stilt walker, a caricature artist and so much more? The City of Santa Clarita's historic Main Street in Old Town Newhall transforms into a winter wonderland, adorned with thousands of lights, a 23-foot Christmas tree and live music. Event attendance—10,000 Attendee demographic— local and regional families and business owners • PA announcements from the Community Stage • Sponsor link on Light Up Main Street website Please insert your marketing investment for above benefits here: $ Place this cost on the pricing page where indicated. COMPLIANCE FORM PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California Please indicate your compliance by checking each line that complies with the requested specifications: COMPLIANCE 1. VIP (solar restroom), must have: a. minimum 45-gallon fresh water tank b. minimum 60-gallon waste tank allowing for a maximum of 125 average uses c. interior light d. sink e. mirror f. flushable toilet g. soap dispenser h. waste basket (preferably) built-in i. paper towels j. minimum two paper roll k. toilet seat protectors 2. 4 & 6 Unit VIP (solar restroom) trailers, must have: a. minimum 45-gallon fresh water tank b. and minimum 60-gallon waste tank per VIP unit allowing for a maximum of 125 average uses per unit and accommodate a maximum 750 usage per six -unit trailer and a maximum 500 usage per four -unit trailer c. interior light d. sink e. mirror f. flushable toilet g. soap dispenser h. waste basket (preferably) built-in i. paper towels j. minimum two paper roll k. toilet seat protectors 3. Two (2) Basin Hot / Cold Sink, must have: a. double stainless steel basin with required separation for hand wash b. industrial utensil washer with spring loaded nozzle c. soap d. paper towels e. minimum 300-gallon gray water holding tank COMPLIANCE 4. Three (3) Basin Hot/Cold Sink, must have: a. Three compartment stainless steel basin b. industrial utensil washer with spring loaded nozzle c. folding drain boards d. soap e. paper towels f. minimum 300-gallon gray water holding tank 5. ADA, must have: a. 60-gallon waste tank allowing for a Maximum of 150 average uses b. wheel chair access c. 360 degree turning radius d. hand rails e. minimum toilet paper rolls f. toilet seat protectors g. infant changing table 6. Hand Washing Sinks -Two (2) station, hands free foot pump operation, must have: a. soap b. paper towels dispenser c. approximately 15-gallon freshwater tank d. minimum (15) gallon waste water tanks 7. Deluxe Unit, must have: a. sanitary seat pads b. dual paper rolls c. 60-gallon waste tank d. maximum 150 average uses e. hand sanitizer gel DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 Annual Portable Restrooms and Fencing Contract. 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 SECTION D Sample Contract SAMPLE ONLY MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR CON-6 Council Approval Date: Agenda Item: Contract Amount: 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: CONSIDERATION. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and A. 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. SCOPE OF SERVICES. CONTRACTOR will perform services listed in the attached Exhibit " 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. PREVAILING WAGES. CONTRACTOR's work is considered a "Public Works project" subject to the payment of prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure to so comply shall constitute a default under this Contract. Further, all public works projects valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade does not require the use of apprentices, as indicated in the corresponding prevailing wage determination. This duty applies to all contractors on a public works project, even if their part of the project is less than $30,000. CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the project provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. The prevailing wage rates are available online at hllp://www.dir.ca. ovg /dlsr. CONTRACTOR shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site. CONTRACTOR shall insert in every subcontract or other arrangement which CONTRACTOR may make for performance of Work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by him or her in connection with the Project. The record shall be kept open at all reasonable hours to the inspection Owner and to the Division of Labor Standards Enforcement. CONTRACTOR and its Subcontractors must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Contract Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. With each application for payment, CONTRACTOR shall also deliver certified payrolls directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts arising out of the failure or alleged failure of any person or entity to pay prevailing wages as required by law or to comply with the other applicable provisions of Labor Code Sections 1720 et seq. and implementing regulations of the Department of Industrial Relations in connection with execution of the improvements or any other work undertaken or in connection with the Public Works project. 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. FAMILIARITY WITH WORK. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 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. 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. 3. 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/$2,000,000 (aggregate) $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 of $1,000,000 per occurrence, $2,000,000 general aggregate, 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 "A:VII." 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. COVID-19. CONTRACTOR shall ensure its insurance coverages cover claims and/or losses related to the COVID-19 pandemic to the extent such insurance coverage is available. If such insurance is unavailable, but becomes available during the life of the contract, CONTRACTOR shall procure a policy and name the City as additionally insured. G. 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. hi the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, Ci , may cancel the Agreement immediately with no penalty_ H. 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. L Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. J. Primary/noncontributing. Coverage provided by CONSULTANT shall be primary and any insurance or self-insurance procured or maintained by CITY shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of CITY before the CITY' S own insurance or self- insurance shall be called upon to protect it as a named insured. 4. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: CONTRACTOR furnishes proof of insurance as required under Section 7 of this Agreement; and CITY gives CONTRACTOR a written Notice to Proceed. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. TERMINATION. CITY may terminate this Agreement at any time with or without cause. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 5. INDEMNIFICATION. Contractor shall indemnify, defend, and hold harmless the City, and its officers, employees, and agents ("City indemnitees"), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees and costs of litigation ("claims"), arising out of the Contractor's performance of its obligations under this agreement or out of the operations conducted by Contractor, including the Contractor's active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of this agreement the Contractor shall provide a defense to the City indemnitees or at the City's option reimburse the City indemnitees their costs of defense, including reasonable legal counsels' fees, incurred in defense of such claims. 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. NOTICES. 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: 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. 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. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 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. 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. 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. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 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. AUTHORITY/MODIFICATION. This Agreement may be 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. ACCEPTANCE OF FACSINHLE 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. 6. 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. 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. 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. CONFLICT OF INTEREST. CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. COVID-19. Prior to execution of the Agreement, the State of California declared a state of emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the County of Los Angeles ("County") issued numerous orders relating to COVID-19, including without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently extended and amended, including after the date of the Agreement, the "County Order"). In no event shall CONTRACTOR be entitled to any additional compensation in connection with any delay or costs associated with the COVID 19 pandemic, the County Order, or any other governmental requirements or regulations in connection therewith, whether currently existing or hereinafter enacted. In the event of any conflict between the terms of this Section and any other provision of the Agreement, in all events, the terms of this Section shall control. CONTRACTOR's safety and logistics plans prepared in connection with this Contract specifically takes into account the COVID-19 Pandemic, the County Order, and all other governmental requirements or regulations regarding COVID-19 as of the date of the Contract, including without limitation all safety measures required. SAFETY OF PERSONS AND PROPERTY. CONTRACTOR shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. 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: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER IUn City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY itz City Attorney Date: CORPORATION: By: Print Name & Title Date: IF Fringe Benefit Statement Contract/Proposal No: Project Name: Date: INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: assi ication: I Effective ate: Subsistence or I rave ay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ 1Trust Fund Paid To:(Name) Address: Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE. City of Santa Clarita Form HC-50 FBS (Contractor/Subcontractor) By (Name and Title) Signature NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. 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. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof, (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT 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 Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 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. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). 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 endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." 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 CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. 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. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: �udte� Date: 2/20/23 Printed Name: April Bustos COST FILE A PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California PRICING Please use "Lump Sum" (LS) pricing for each event listed below and include all specified items, labor and timeline costs involved. There are lines for additional costs not included in each event at the bottom as well as a request for "Additional Pricing" following this price sheet. Do NOT include the "Additional Pricing" in your response total. EVENT COST 1. Free To Be Me Festival $ 2,896.00 (LS) 2. Cowboy Festival $ 19,143.55 (LS) 3. Earth Arbor Day $ 2,126.59 (LS) 1,400.00 4. Hit The Trail $ (LS) 5. July 4t" Parade & Fireworks $ 4,545.25 (LS) 6. Concerts in the Park $ 23,774.17 (LS) 7. Evening of Remembrance $ 376.65 (LS) 8. River Rally $ 1,131.60 (LS) 9. TBD Event $ 14,495.00 (LS) 10. Haunted Jailhouse $ 866.45 (LS) 11. Zombie Run $ 2,017.38 JLS) 12. Make A Difference Day $ 1,149.25 (LS) 13. Veterans Day Ceremony $ 577.34 (LS) 14. Light Up Main Street $ 3,680.10 (LS) 15. Outdoor Recreation Programming $ 324.39 (LS) 16. Archery Range $ 2,322.55 (LS) 17. Santa Clarita Parks Division $ 177.66 (LS) 18. Santa Clarita Metrolink Station $ 1 ,620.67 (LS) 19. LIVID Restrooms $ 1 ,620.67 (LS) 20. LIVID Fence $ 3,937.50 (Per Panel) 21. Subtotal (add lines 1-20) $ 88,182.77 Additional costs not noted above: DEFINE COST 22. $ 23. $ 24. $ 25. Sponsorship (please insert your marketing investment for above benefits as a negative. Entries greater than zero are MANDATORY) $ 25,200.00 26. TOTAL (add lines 21-24, subtract line 25) $ 62,982.77 (place this cost on page one of your response) COST FILE A -ADDITIONAL PRICING PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California ADDITIONAL PRICING (PER UNIT): Do NOT include this pricing in your bid response. 1. Pickup/ Delivery -weekday 2. Pick up / Delivery - weekday after hours 3. Pick up / Delivery - weekend 4. Pick up / Delivery - weekend after hours 5. Delivery - Same day 6. Service - weekday 7. Service - weekday after hours 8. Service - weekend 9. Service - weekend after hours 10. Attendant to clean and stock normal hours 11. Attendant to clean and stock after hours 12. VIP Unit 13. 6-Unit VIP Trailer 14. 4-Unit VIP Trailer 15. ADA Unit 16. Deluxe Unit 17. Hand -wash Sink $ INCLUDED flat rate $ 395.00 flat rate $ 395.00 flat rate $ 395.00 flat rate $ 75.00 flat rate $ Per unit flat rate $ 395.00 flat rate $ 395.00 flat rate $ 395.00 flat rate $ 47.50 per hour $ 47.50 per hour $182.50 each ($51.25 ea service) $1,737.00 each ($307.50 ea service) $ 987.00 each ($205 ea service) $ 162.25 each ($51.25 ea service) $ 67.00 each ($27.25 ea service) $ 67.00 each ($27.25 ea service) 18. 2 Basin Hot/Cold sink w/ 300 gal. waste tank 19. 3 Basin Hot/Cold sink w/ 300 gal. waste tank 20. Pedestrian Barricade 21. 6' Panel Fence per 8' section 22. 8' Panel Fence per 8' section 23. 6' Chain Link Fence per 1' 24. 8' Chain Link Fence per 1' $ 439.00 each ($87.25 ea service) $ 639.00 each ($87.25 ea service) $ 1.85 each $ 1.65 each $ 2.35 each $ 1.55 each $ 2.35 each COST FILE B — SPONSORSHIP PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California The City of Santa Clarita has implemented a municipal marketing program that provides our partners with tremendous value. This program has proven to be an effective way for our partners to increase brand awareness and revenue. We hope that doing business with the City will serve as a conduit for attaining other business with local companies and residents. All companies proposing on the RFP forAnnual Portable Restroom and Fencing Contract will be required to make a marketing investment through this program. Outlined below are the benefits that you would receive in exchange for these marketing benefits. Please provide the amount of investment your business is willing to provide in exchange for the below benefits. While there is no mandatory minimum investment, please note that participation in this program is required to propose on the RFP forAnnual Portable Restroom and Fencing Contract. Cowboy Festival Step back in time at the Cowboy Festival and experience a celebration of the area's rich Western heritage, featuring world-renowned musical artists, tantalizing cuisine, designer western gear and a variety of cultural events and activities for all ages. You'll definitely want to entertain your business clients in the VIP Bunkhouse. Event attendance—10,000 Attendee demographic — local, regional, and national individuals and families • Sponsor link on Cowboy Festival website • Two (2) VIP sponsor badges, including: o Passes to VIP Cantina (includes food and beverages) • VIP shuttle passes from parking lot Concerts in the Park Become a supporter for our communities most highly attended concert series. The free concerts in Central Park have become a tradition for families and friends to spend a rockin' evening under the stars. As a sponsor, you'll find value in the marketing exposure and exhibitor space that will connect you with the thousands of residents attending this favorite summer event. Event attendance — 40,000 Attendee demographic— local and regional families and business owners • Two (2) VIP sponsor badges, including: o Passes include food and non-alcoholic beverages o VIP parking lot • PA announcements prior to each concert • Sponsor link on Concerts in the Park Website Santa Clarita River Rally Be a proud supporter of the City's annual celebration of green living and reach a highly desirable demographic of attendees. Opportunities consist of inclusion in marketing materials, on -site activation, signage and more Event attendance — 3,500 Attendee demographic — environmentally conscious individuals and families; local and regional green business owners • Sponsor link on River Rally website • Volunteer opportunities for sponsor event involvement Light Up Main Street What better way to usher in the start of the holiday season than with FREE and FUN family activities, including 10,000 pounds of real snow, pictures with Santa, face painters, a stilt walker, a caricature artist and so much more? The City of Santa Clarita's historic Main Street in Old Town Newhall transforms into a winter wonderland, adorned with thousands of lights, a 23-foot Christmas tree and live music. Event attendance—10,000 Attendee demographic— local and regional families and business owners • PA announcements from the Community Stage • Sponsor link on Light Up Main Street website Please insert your marketing investment for above benefits here: $ 25,200.00 Place this cost on the pricing page where indicated. COMPLIANCE FORM PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California Please indicate your compliance by checking each line that complies with the requested specifications: COMPLIANCE 1. VIP (solar restroom), must have: a. minimum 45-gallon fresh water tank X b. minimum 60-gallon waste tank allowing for a maximum of 125 average uses X c. interior light X d. sink X e. mirror X f. flushable toilet X g. soap dispenser X h. waste basket (preferably) built-in X i. paper towels X j. minimum two paper roll X k. toilet seat protectors X 2. 4 & 6 Unit VIP (solar restroom) trailers, must have: X a. minimum 45-gallon fresh water tank b. and minimum 60-gallon waste tank per VIP unit allowing for a maximum of 125 average uses per unit and accommodate a maximum 750 usage per six -unit trailer and a maximum 500 usage per four -unit trailer X c. interior light X d. sink X e. mirror X f. flushable toilet X g. soap dispenser X h. waste basket (preferably) built-in X i. paper towels X j. minimum two paper roll X k. toilet seat protectors X 3. Two (2) Basin Hot / Cold Sink, must have: a. double stainless steel basin with required separation for hand wash X X b. industrial utensil washer with spring loaded nozzle c. soap X d. paper towels X e. minimum 300-gallon gray water holding tank X COMPLIANCE 4. Three (3) Basin Hot/Cold Sink, must have: a. Three compartment stainless steel basin X b. industrial utensil washer with spring loaded nozzle X c. folding drain boards X d. soap X e. paper towels X f. minimum 300-gallon gray water holding tank X 5. ADA, must have: a. 60-gallon waste tank allowing for a X Maximum of 150 average uses b. wheel chair access X c. 360 degree turning radius X d. hand rails X e. minimum toilet paper rolls X f. toilet seat protectors X g. infant changing table X 6. Hand Washing Sinks -Two (2) station, hands free foot pump operation, must have: a. soap X b. paper towels dispenser X c. approximately 15-gallon freshwater tank X d. minimum (15) gallon waste water tanks X 7. Deluxe Unit, must have: a. sanitary seat pads X b. dual paper rolls X c. 60-gallon waste tank X d. maximum 150 average uses X e. hand sanitizer gel X NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. 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. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof, (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT 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 Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 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. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). 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 endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." 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 CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. 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. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: �udte� Date: 2/20/23 Printed Name: April Bustos DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 N/A Location and Place of Business Bid Schedule Item No's: Description of Work N/A License No. Exp. Date: / / Phone ( ) N/A Subcontractor DIR Registration No. Dollar Value of Work N/A Location and Place of Business N/A Bid Schedule Item No's: Description of Work N/A License No. Exp. Date: / / Phone ( ) N/A Subcontractor DIR Registration No. Dollar Value of Work N/A Location and Place of Business N/A Bid Schedule Item No's: Description of Work N/A License No. Exp. Date: / / Phone ( ) N/A 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 # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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. CITY OF SANTA CLARITA 23920 VALENCIA BLVD SANTA CLARITA, CA 91355 Name and Address of Owner / Agency DAVID KNUTSON 661-250-3784 Name and Telephone Number of Person Familiar with Project $59,930.00 PORTABLE SANITATION 12/31/22 Contract Amount Type of Work Date Completed 2 CENTURY CLUB OF SAN DIEGO (FARMERS INSURANCE OPEN) 9404 GENESEE AVE STE 310 Name and Address of Owner / Agency ANDREW HARMATYS 949-705-7209 Name and Telephone Number of Person Familiar with Project $148,526.00 PORTABLE SANITATION ONGOING Contract Amount Type of Work Date Completed 3. THE GENESIS OPEN 1250 CAPRI DR PACIFIC PALISADES Name and Address of Owner / Agency JACK BASALONE 714-349-0278 Name and Telephone Number of Person Familiar with Project 81,676.00 PORTABLE SANITATION ONGOING 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 # AE-22-23-32 Annual Portable Restrooms and Fencing Contract 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 Annual Portable Restrooms and Fencing Contract. 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 Signatur *Estimator's Signature l � VA r *Owner's Signature: r' Date: A-2 Z -2 *All three signatures requr d