Loading...
HomeMy WebLinkAbout2023-05-23 - AGENDA REPORTS - STREET SWEEPING CONTRAgenda Item: 13 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: May 23, 2023 SUBJECT: CITYWIDE STREET SWEEPING CONTRACT DEPARTMENT: Neighborhood Services PRESENTER: Darin Seegmiller RECOMMENDED ACTION City Council: Award a contract to Clean Site Services for Citywide street sweeping in the amount of $1,200,000, plus a 5 percent contingency, for a total annual amount of $1,260,000, with annual Consumer Price Index (for Los Angeles, Riverside, and Orange County, December) adjustments, for a five-year base term beginning on July 1, 2023, and authorize two, optional one-year renewals. 2. Appropriate $142,001 from the Stormwater Utility fund balance to expenditure account 3567220-514103 on a one-time basis for Fiscal Year (FY) 2022-23. 3. Authorize an ongoing annual appropriation of $306,605, from the Stormwater Utility fund balance to expenditure account 3567220-514103 effective FY 2023-24, plus an adjustment consistent with the appropriate Consumer Price Index (CPI) beginning in FY 2024-25, contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. 4. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) takes pride in having clean streets. The City currently contracts with Clean Site Services (Clean Site) for street sweeping services of approximately 1,144 curb miles, which includes all residential streets, median curbs, alleyways, and 36 miles of bike trails. In addition, the contractor is responsible for a monthly sweep of all City -owned or leased parking lots with 25 or more parking spaces. The current contract expires June 30, 2023. Page 1 Packet Pg. 79 In order to ensure that these services continue without interruption, a Request for Proposals (RFP) was prepared and published on February 2, 2023. The RFP was posted to BidNet to solicit proposals from qualified contractors. Two proposals were submitted and were opened on March 9, 2023. The proposals were reviewed and scored by an evaluation team consisting of City staff. The criteria used to score the proposals included team composition, schedule of services, a clear understanding of the City's needs, cost of services, references, and overall value. After reviewing the proposals, the evaluation team concluded that Clean Site demonstrated the most robust understanding of the City's request and is capable of providing the required services. The results of the evaluation are shown below. RANK COMPANY LOCATION SCORE AMOUNT 1 Clean Site Services North Highlands, CA 78.2 $1,667,790 2 Sweeping Corporation of America Gardena, CA 52.4 $2,516,418 Although the cost proposal from Clean Site was significantly less than the competing bidder, it was still 52.25 percent higher than the City's current contract amount of $1,095,396. The increase in cost is primarily due to the incorporation of prevailing wage requirements necessitated by recent determinations enacted by the California Department of Industrial Relations. Following the proposal evaluation process, City staff met with Clean Site to negotiate a scope of work and price that will allow the City to maintain a high level of service at a reasonable price. The primary difference in the negotiated level of service is a reduction in the frequency of sweeping major arterials from weekly to twice a month. The negotiations resulted in a revised contract price of $1,260,000. Even with the added cost of prevailing wages, increases in costs of materials and equipment, the negotiated price represents only a 15.03 percent increase over the current contract. As a result, staff recommends awarding the contract for street sweeping services to Clean Site, the highest ranked proposer. The City currently has a working relationship with this contractor and is confident that it will continue to meet the City's high standards. In order to accommodate the new contract costs, staff is requesting the appropriation of $306,605 that will create an annual ongoing base budget of $1,260,000, inclusive of the contingency, and adjusted annually according to the Consumer Price Index. ALTERNATIVE ACTION Other action as determined by the City Council. Page 2 Packet Pg. 80 FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure account 3567220-514103 (Stormwater Utility Fund) for current FY 2022-23 and for the new contract effective FY 2023-24. ATTACHMENTS Clean Site Services Proposal (available in the City Clerk's Reading File) RFP NS-22-23-11 (available in the City Clerk's Reading File) Page 3 Packet Pg. 81 City of SANTA CLARITA J REQUEST FOR PROPOSALS TABLE OF CONTENTS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS REFERENCES ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK COST FILE NON -COLLUSION AFFIDAVIT SECTION D SAMPLE MAINTENANCE AGREEMENT SUBCONTRACTOR CLAUSES FRINGE BENEFIT STATEMENT FAITHFUL PERFORMANCE BOND SECTION E ATTACHMENTS SECTION A RFP Information & Instructions CITY OF SANTA CLARITA REQUEST FOR PROPOSALS Project Name: Citywide Street Sweeping Proposal #: NS-22-23-11 Last Day for Questions: February 27, 2023 before 11:00 AM (PT) Proposal Closing: March 7, 2023 before 11:00 AM (PT) License(s) Required: Class B or C with Air Brakes Project Description: The City of Santa Clarita is seeking a contractor to sweep every public maintained curb mile within City limits. Monthly tonnage amounts for the last two years are provided in Attachment D. This includes all median curbs and cul- de-sacs within the sweeping schedule. Currently, the number of curb miles within the corporate limits of the City is approximately 1075.07. The stated number of curb miles may increase over the course of the contract due to completion of newly constructed roads and/or annexation of previously unincorporated areas into the City. The contractor is responsible to sweep all additional curb miles at the "per additional curb mile" rate quoted in the Price Proposal section of the RFP. Pre -Proposal Meeting: February 15, 2023 Prevailing Wage: Yes Bond Requirements: Yes Contact Information: Mariela Delgado 1 (661) 286-4066 1 mdelgado@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: February 2, 2023 PROPOSAL INSTRUCTIONS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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. PRE -PROPOSAL MEETING AND JOBWALK. A non -mandatory, pre -proposal meeting to discuss the required scope of work will be held at 3:00 PM (PT) on February 15, 2023, via Zoom. The meeting details are as follows: https://santaclarita.zoom.us/j/82641730147 Meeting ID: 826 4173 0147 Passcode: 611557 One tap mobile +16694449171„82641730147# US +17193594580„82641730147# US Meeting ID: 826 4173 0147 Find your local number: https://santaclarita.zoom.us/u/kiPcuxONE 4. AWARDS. 4.1. The City reserves the right to waive any informality in any proposal. 4.2. 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. 4.3. 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. 4.4. 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. 5. BONDS. 5.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of service for service projects, to guarantee that proposers will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. 5.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the successful vendor when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). 5.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR" and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be considered responsive. 6. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 6.1. 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. 6.2. 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 Bid Net 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 Bid Net if the proposed product will be considered. 6.3. 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. 7. 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. 8. 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. 9. INVOICES. Invoices will be forwarded to: City of Santa Clarita NS - Facilities Maintenance Attn: Darin Seegmiller 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. 10. 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 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. 11. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 11.1. 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. 12. 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. 13. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed annually, up to two 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. 14. 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. 15. CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract Code Section 3300, the successful vendor shall submit proof of a TBD — Ask Tyrone with proposal response. Failure to possess the specified license shall render the proposal as non- responsive and shall act as a bar to award the contract to any proposer not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. 16. COLLUSION AMONG PROPOSING CONTRACTORS. Each proposing contractor, by submitting a proposal, certifies that he/she is not a party to any collusive action, fraud, or any action that may be in violation of the Sherman Antitrust Act. The proposing contractor certifies that he/she has not offered or received any kickbacks or inducements from any other proposing contractor, supplier, manufacturer, or subcontractor in connection with the bid and that he/she has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of more than nominal value. Any or all proposals shall be rejected if there is any reason for believing the collusion exists among the proposing contractors. City of Santa Clarita may or may not, at its discretion, accept future proposals for the same work from participants in such collusion. 17. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION. The proposing contractor certifies that the prices submitted in response to the solicitation have been arrived at independently and without any consultation, communication, or agreement with any other proposing contractor or competitor relating to those prices, the intention to submit a proposal, or the methods or factors used to calculate the prices proposal. 18. DEDUCTIBLES OR SELF-INSURANCE. Any deductibles or self-insurance retentions must be declared and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City insured entities or the insurer shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 19. 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. 20. 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 # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. The following documents must be provided by ALL proposers: Uploaded via BidNet (see Section C) ❑ Response File ❑ Cost File (to be submitted separately from Response File) ❑ Designation of Subcontractors/Subconsultants ❑ References ❑ Acknowledgement and Acceptance of Scope of Work ❑ Non -Collusion Affidavit ❑ All signed addendums (if any) — uploaded via BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Tyrone Jackson ❑ Maintenance Agreement ❑ Insurance Required by Contract ❑ W-9 Form ❑ Performance Bond (Notarized) ❑ Fringe Benefit Statement SECTION B Solicitation Information SCOPE OF WORK PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California EVENT DATE Solicitation advertisement February 2, 2023 Pre -Proposal Meeting February 15, 2023 Last day for questions February 27, 2023 Return of proposals March 7, 2023 Evaluations of proposals March 7 — 21, 2023 *Dates are subject to change at the City's discretion * SPECIFICATIONS 1. QUALIFICATIONS The contractor must provide, within the proposal, certified supporting data regarding the qualifications of the Contractor as defined in this section of the RFP. The City will award this contract based on "multiple criteria" as determined by cost and other criteria that is requested in the specification section. The contractor is required to furnish the following information: Contractor's Experience Satisfactory evidence that the contractor and all subcontractors possess not less than three (3) years actual operating experience in the field of municipal street sweeping. Evidence of Comparable Experience Satisfactory evidence that the contractor's experience in municipal street sweeping services is derived from operations of comparable size to that contemplated by this RFP. Details shall include length of other contracts, name and size of municipality, nature of services provided, the contact person and phone number of the municipality in question, and experience at handling emergency and special event sweeping. Evidence of Good Standing Evidence that the proponent is in good standing in the State of California, and, in the case of a corporation organized under the laws of any other state, evidence that the proponent is licensed to do business in the State of California or a sworn statement that it will take all necessary action to become so licensed if the proposal is accepted. Equipment a. Inventory A detailed inventory of the contractor's equipment and accessories that will be used to fulfill this contract. See 3. Standard of Performance-b. sweeping standards. This inventory shall include a detailed listing of the following for each piece of equipment: I. Type, model, and year of manufacture (2017 or newer) II. Type of sweeping equipment used (i.e. vacuum, mechanical broom, regenerative air) III. Type and manufacturer of recording device for hour of operation, miles per hour and brush operation monitoring. (must have GPS) IV. Total number of miles and hours (miles only, if vehicle is not equipped with an hour meter) each vehicle has been in service, and V. Anticipated remaining useful life as of the date of inventory. VI. Any new vehicles purchased shall be in place within 120 days of the start of the contract. b. Leased Equipment All leased equipment shall be listed separately with the same detailed inventory listing from the previous section; the time remaining on each machine's lease and options for renewal, where applicable, shall be stated. c. Equipment to be Purchased All new equipment to be acquired to accomplish this contract must be available at the time of the commencement of the operation. Delivery guarantees by manufacturers shall be attached to the proposal document. d. Equipment Requirements Sweepers shall be equipped with two-way radios with complete coverage throughout the City of Santa Clarita city limits. Sweepers must have means to monitor speeds, hours of operation and brush operation for reporting purposes. Sweeper operators shall be equipped with cellular phones. Operators shall be required to respond to any calls within 5 minutes. e. Down Equipment In the event of a sweeper being out of service for more than 4 hours for service or maintenance contractor needs to have another sweeper available to fill in until the original sweeper is back in service. At no time shall there be a shortage of sweepers and or drivers. Personnel Information The names and resumes of the principal officers, partners, and or officials shall be submitted. The name(s) and resume(s) of the individual(s) who will be considered in responsible charge of the City of Santa Clarita street sweeping contract shall be clearly indicated. The names and years of experience of sweeper drivers and backup personnel with copies of State of California Department of Motor Vehicles records are also to be submitted. Disqualification of Contractors Although not intended to be an exhaustive list of causes, any one or more of the following causes, among others, may be considered sufficient forthe disqualification of a contractor and the rejection of their bid: a. Evidence of collusion among contractors. b. Lack of competency as revealed by financial statements, experience, staff or equipment statements, as submitted. c. Lack of responsibility as shown by past work, judged from the standpoint of workmanship, as submitted. d. Default on previous municipal contract. e. Any other information the City finds relevant. 2. SCOPE OF WORK a. The contractor is responsible to sweep every curb mile within the City of Santa Clarita. Monthly tonnage amounts for the last two years are provided in Attachment D. This includes all median curbs and cul-de-sacs within the sweeping schedule. Currently, the number of curb miles within the corporate limits of the City is approximately 1075.07. The stated number of curb miles may increase over the course of the contract due to completion of newly constructed roads and/or annexation of previously unincorporated areas into the City. The contractor is responsible to sweep all additional curb miles at the "per additional curb mile" rate quoted in the Price Proposal section of the RFP. The Price Proposal section of the RFP asks the contractor to break down their costs into sections, Residential, Industrial, alleys and Major Streets and Medians. Where applicable, figures include both streets and medians. In order to give the contractor a more accurate idea of the scope of work, the following distances have been measured: Curb Miles Industrial 77.5 Mi. Major Streets and Medians 268.5 Mi. Residential 759 Mi. Alleys Downtown Newhall 3 Mi. Trails 36 Mi TOTAL DISTANCE 1144 Mi. Square Footage Parking Lots 2,019,503 SF b. The contractor is responsible for sweeping all City owned or leased parking lots listed in attachment A monthly. Names and sizes of these facilities can be found on Attachment A. The contractor must plan a sweeping schedule of these lots with a City - designated contact person. The stated number of lots that meet this requirement may increase over the duration of the contract. The contractor is responsible to sweep all additional lots at the "per additional square foot" rate quoted in the Price Proposal section of the RFP. c. The contractor shall perform twenty-four (24) free -of -charge sweeping projects each contract year at the request of the City. These sweeps are not re -sweeps of an area not done properly (see Section 6, B, Number 4), but rather an additional sweep that is not part of the regular schedule. These may be used to clean before and after a parade or other special event, or for any reason the City chooses. The total curb miles to be swept during the above stated "free sweeps" will not exceed a total of 100 miles per contract year. d. Trail System: The City's trail system will be swept weekly and is approximately ten (10) feet wide, and is currently 36 miles long. The stated number of linear miles may increase over the course of the contract. The contractor will be responsible to sweep all additional miles at the "per additional linear mile rate" quoted in the Price Proposal section of the RFP. 3. STANDARDS OF PERFORMANCE The contractor shall follow the following standards of performance: a. General The contractor shall place the City of Santa Clarita City seal and shall place a sign approved by the City, on the street sweeping equipment used in the performance of the work. Signs lettering shall be a minimum of three (3) inches high, visible from both sides of the vehicle, and shall read "Any questions or comments? Please contact (Company name & phone number) II. The contractor shall make arrangements at his/her expense with the three local water companies for use of fire hydrants to obtain water necessary for the operation. III. The contractor shall maintain an office staffed by a responsible representative for receipt of requests and complaints. The office shall be open from 8:00 a.m. to 5:00 p.m., Monday through Friday, not including approved holidays. IV. The phone number to this office shall be toll -free from within the City of Santa Clarita. The contractor must provide the City with an after-hours contact name and number to use in case of emergency. V. The contractor shall provide cell phones and two-way radios to all sweeper operators so that City staff is able to directly communicate with sweeper operators until 5:00 p.m. each weekday. The contractor shall provide a list of all sweeper operators and their current phone numbers to the City on a monthly basis. b. Sweeping Standards Sweeping must be performed in accordance with accepted standards for routine and emergency Municipal Street cleaning. II. Sweepers used shall be a 2017 model or more recent and must be regenerative air, or other which can be proven to be equally effective at removing fine particulate matter and sediment. In addition, one mechanical broom sweeper to be available at the City's request within two hours. III. Equipment shall control and remove dust from the surface being swept, and control airborne particles to the maximum extent practicable in compliance with existing AQMD Standards and the Clean Air Act. IV. All sweepers in conjunction with this contract will be required to follow current AQMD Rule 1186.1 for less polluting sweepers and all other newly updated Rules after contract commences V. When necessary for proper cleaning, contractors shall make more than one pass on a street, without extra charge. VI. Contractor shall immediately respond when notified by the City to re -sweep unsatisfactory areas at no additional charge. VII. Sweepers shall operate at speeds recommended by the manufacturer for optimum sweeping (typically 6 to 8 miles per hour). Vill. Cul-de-sacs, which are too small for sweepers to clear the turning radius, must be swept by hand. An acceptable alternative to hand sweeping will be considered. Any alternative must be included in this proposal and approved by the City. IX. No chemicals, including but not limited to chloride, nitrates, and chloroform, shall be used to enhance the cleaning of the street. X. Contractor must comply with the clean water act and the National pollutant Discharge Elimination System (NPDES) permit. Failure to comply will result in fines imposed by the City of Santa Clarita, Regional Water Quality Control Board and or other federal or state agencies. XI. Emergency response to spills created by sweepers. Contractor shall respond within two hours to clean up affected area. Contractor shall place absorbent material immediately after the spill, and cleanup shall start within two hours of initial call. Affected areas shall be cleaned to the City's satisfaction and comply with the NPDES permit. If the area can't be cleaned, the contractor will be required to repair the affected area at the sweeper company's cost. During regular business hours, sweeper operators cannot be removed from route without prior City authorization. c. Scheduling Contractor must schedule street sweeping to take place on the day immediately following trash pick-up on that street. Schedules for trash pick-up will be available to the contractor who is selected. Sweeping schedules must be modified if the trash pick-up schedule changes. II. Sweeping in residential areas shall not commence prior to 7:00 a.m., and sweeping in business areas shall be completed prior to 7:00 am unless approved by the City III. Contractor shall submit sweeping schedules to the City for approval 30 days prior to commencement of operations. Contractor shall also submit notice of any modification to the schedules 30 days prior to commencement of the modified schedule. d. Disposal of Refuse I. Contractor is responsible for collecting, transporting, and disposing of all waste at the appropriate disposal facilities in accordance with applicable federal, state, and local laws and regulations, including the Clean Water Act and the City's National Pollutant Discharge Elimination System (NPDES) program. All costs for said disposal shall be paid by the contractor. II. The City requires the contractor to use alternate disposal options such as reuse and recycling of applicable materials III. Storage areas on streets or private property within the City of Santa Clarita will not be permitted unless prior approval is obtained from the City. If approval is obtained for storage of waste within the City, the approved facility shall be fully contained and not emit or allow runoff. The contractor will be responsible for the cost of permit and any other fees that may arise from this activity. IV. Discharging or disposal of liquid or solid waste, including leakage from sweepers, will not be permitted onto public or private property, streets, or storm drain systems. V. At no time will a hopper of a street sweeper be allowed to exceed capacity. VI. Storage of street sweeping debris on contractors' site may not exceed 72 hours, contractor must secure a contract for pickup of debris every third day in the off season (February through September) and daily during the fall season October through January. e. Equipment Maintenance I. Contractor shall keep accurate records of maintenance and repairs on equipment used on this contract, which shall be available at any time for the City to request. II. City shall have the right to perform periodic inspections of the equipment. III. Contractor shall replace worn parts as required and install brooms of the appropriate weight. All adjustments and repairs shall be done in a timely manner. IV. Contractor shall maintain proper brush adjustment, rotation rate, and sweeping pattern to maximize sweeping efficiency per manufacturer's recommendations. V. Contractor shall periodically review maintenance and operation procedures to determine if procedures are being properly implemented. VI. Contractor is responsible for all the cost associated with the maintenance of equipment. VII. VII. Contractor Shall perform regular scheduled preventive maintenance on hours outside of the regular street sweeping schedule f. Complaints I. All public complaints concerning street cleaning shall be brought to the attention of the contractor. Complaints will be investigated by the contractor and action will be taken to mitigate the cause of the complaint. II. Complaints brought to the contractor's attention shall be investigated and resolved by 5:00 p.m. the same business day. Add Contractor to Resident Service Center (RSC) System for tracking. III. A standardized form, to be approved by the City, shall be completed for each complaint received by or referred to the contractor. IV. Contractor shall be required to file a monthly report on all complaints. For requirements of the report, see Section 5, Part C. g. Holidays and Inclement Weather When inclement weather, in the opinion of the City's authorized representative, prevents adherence to the regular sweeping schedule for two or less days in a given week, the sweeping areas so affected by the weather shall be swept within seven (7) days of the scheduled sweeping without interruption of the regular sweeping schedule. The contractor shall perform all extra work required by such inclement weather without additional charge, and shall provide the City with a schedule of when the makeup sweeping will be done. II. When any holiday or observance, as specified in the Government Code of the State of California, occurs on a regular scheduled sweeping day, said sweeping area shall be swept the following business day without interruption in the regular sweeping schedule. III. In the event the contractor is prevented from completing the sweeping as provided in the schedule due to reasons other than inclement weather, they shall be required to complete the sweeping services the next business day. , Should the required services not be completed by the end of said day, the vendor shall provide the City credit for the curb miles not performed at the rate shown on the proposal in addition to completing the service the next scheduled day. h. Rights of City to Perform During Emergency Should the contractor, for any reason whatsoever, refuse or be unable to perform scheduled sweeping duties for a period of more than seventy-two (72) hours, the City shall have the right, upon twenty-four (24) hour prior written notice to contractor, during the period of such emergency, to temporarily take possession of any or all equipment and facilities of contractor previously used in the sweeping and disposal of refuse under the contract, and to use such equipment and facilities to perform the tasks outlined in the contract. Contractor agrees that in such event it will fully cooperate with City to affect such a transfer of possession for the City's use. II. Contractor agrees that, in such event, City may take temporary possession of and use said equipment and facilities without paying any rental or other charge. City agrees that it shall immediately relinquish possession of all of the above - mentioned property to contractor upon receipt of written notice from contractor to the effect that it is able to resume its normal responsibilities under the Street Sweeping contract. 4. BILLING AND CONTRACT TERMS a. Billing Billings shall be submitted monthly, and shall be based on one twelfth of the annual cost. Additional curb miles shall be billed at the rate quoted in the price proposal. Additional curb miles are to be billed only upon City approval, which must be obtained prior to work commencing. b. Contract Terms The Street Sweeping agreement shall be for a period of Four (4) years beginning July 1, 2023. Prior to March 1, 2027, contractor has the option to provide City a price proposal for a fifth year, and request renewal of agreement. The City has the sole discretion in the decision to renew the contract. If no proposal is tendered by March 1, 2026, the City will automatically proceed with the bid process. If the contractor does not provide the City with a new proposal the City can use the company on a monthly basis at the current price until a new contract is in place. The contractor may ask for a CPI increase at the end of the annual contract. The Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. 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 expiration of the contract. 5. REPORTS In addition to other data filed with the City of Santa Clarita, the contractor shall, on a monthly basis, file electronic reports with the City detailing the listed information for the previous month. The reports shall be submitted with the invoice for the previous month. All reports will be pre -formatted by the City in either Microsoft Excel or Microsoft Access. The City reserves the right to change the format or requirements of the reports at any time. a. Street Sweeping Log: each sweeping area detailed by name and description, date swept, frequency, curb -miles swept, impediments to effective cleaning, and the amount of waste collected. b. Scheduled areas not done or not completed as scheduled, as shown on a tachometer and a map, reasons, and the date and time missed areas were swept. c. Complaints: quantity, detail of each complaint, actions taken, resolution. d. Monthly totals of waste collected, total weight, location of disposal, and cost of disposal to contractor. e. Monthly total of recycled material, weight, cost and location of recycling plant f. Constant record of each sweeper's speed in miles per hour, hours of vehicle operation and brush operation (this report only to be filed at the City's request). g. Failure to submit required reports with the invoice would result in delay of payment of invoice until such time that reports are submitted to the satisfaction of the City. 6. COMPLIANCE WITH LAWS— LIQUIDATED DAMAGES. In addition to the requirements set forth in the Agreement, Contractor shall comply with all aspects of the City's NPDES permit. Should Contractor fail to comply with the City's NPDES permit, Contractor shall pay to City, a sum, as liquidated damages, according to the following provisions: a. Deliberate or Grossly Negligent Violations: For each deliberate or grossly negligent act committed by Contractor that violates the City's NPDES permit Contractor shall pay to City the sum of $5,000 as liquidated damages and further reimburse City for any and all expenses, including staff costs, incurred by City as a result of said act. By way of example only, deliberate or grossly negligent acts may include, but are not limited to, purging of liquid onto City streets or into catch basins, or incorrect disposal of refuse. b. Negligent Violations: For each negligent act committed by Contractor that violates the City's NPDES permit Contractor shall pay to City the sum of $1,000 as liquidated damages and further reimburse City for any and all expenses, including staff costs, incurred by City as a result of said act. By way of example only, negligent acts may include, but are not limited to, improperly maintained (leaking) vehicles. The City and Contractor agree and acknowledge that in the event of a violation of the City's NPDES permit by Contractor, the actual damage to the City as a result of said violation, in addition to the out-of-pocket cost to City of addressing the violation, would be difficult if not impossible to ascertain with any degree of certainty. Therefore, the parties have negotiated this liquidated damage provision such that a sum as calculated as set forth above represents a reasonable sum to be paid to City by Contractor as and for liquidated damages for each violation of the City's NPDES permit committed by Contractor. The parties have agreed upon the foregoing as a liquidated damages provision, and not as a penalty. Contractor agrees to indemnify and hold harmless City and to pay any penalties, fines or levies imposed upon City or Contractor by any County, State or Federal agency. RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 thecontractor. 1.1.2. Background — Provide insight to your company and its resources. Explain the company background and philosophy and what qualifies this company to be a successful candidate for the City's contract. 1.1.3. Scope of Work — Describe the work program. Identify how the objectives of the specifications will be performed. Relate the business practices to the specific tasks required and explain the proposed method for adhering to the landscape maintenance requirements. Include contractor's approach to the areas of pro -activeness, responsiveness, familiarity with common concerns of street sweeping practices, problem resolution, and any other areas that explain how the work will be performed and managed. 1.1.4. Schedule — Describe the time schedule for each proposed task and area. Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal timelines. Proposed work periods and completion dates, as well as any anticipated meeting dates, should also be identified. 1.1.5. Personnel, Equipment, and Facilities — Describe the personnel qualifications, equipment to be provided, and numbers of both dedicated to the areas for this contract. Explain/showthe reasoning for the type, number and composition of staff and equipment for this contract and how the cost of such provides adequate or superior value to the contract. 1.1.6. Exhibits — The documents within Section C are required to be submitted with the proposal response and can be referred to throughout the RFP. However, expansion on all aspects listed above is strongly encouraged. See Document Checklist for more details. 1.2. COST FILE: 1.2.1. Statement of Offer and Signature — The proposal shall be signed by an individual authorized to bind the consultant, shall contain a statement to the effect that the proposal is a firm offer for a 120-day period, and shall contain a statement that the proposed work will be performed at the "not -to -exceed" price. This will include all deliverables and meeting attendance as laid out in the scope of work. 1.2.2. All proposals must be submitted according to specifications set forth in this section. Failure to adhere to these specifications may be cause for rejection of proposal. 1.2.3. Cost File must be submitted separately from the Response File. 2. PROPOSAL EVALUATION AND CONTRACTOR SELECTION — An evaluation panel comprised of representatives from the requesting department will evaluate all proposals to determine responsiveness to the RFP. The panel will recommend the selection of the responsible proposer whose proposal is most advantageous to the City. Accordingly, the City may not necessarily make an award to the proposer with the highest technical ranking nor award to the Proposer with the lowest Cost Proposal if doing so would not be in the overall best interest of the City. The overall criteria is 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. SELECTION CRITERIA: 2.1.1. Team Composition: Contractor qualifications, staff qualifications, and number of staff provided. 2.1.2. Schedule: Use and mobilization of resources. Proposed timeline to service all areas. 2.1.3. Acknowledgement & Successful Understanding of Scope of Work: Proposed method and guidelines for adhering to the landscape maintenance requirements to include but not limited to: Description and clarity of approach in the areas of pro -activeness, responsiveness, familiarity with common concerns of street sweeping practices and problem resolution. 2.1.4. Cost of services provided 2.1.5. References 2.1.5.Value: Cost in relation to manpower. What makes the contractor the best candidate to provide the services requested. 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 great weight in the selection process. The City reserves the right to make a selection solely on the basis of the proposals without furthercontact. SECTION C Forms DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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.lf 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 # NS-22-23-11 Citywide Street Sweeping 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 If applicable, 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 AND SPECIFICATIONS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 Specifications for the Citywide Street Sweeping. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Specifications throughout the length of the contract. *Supervisor's Signature: Date: *Estimator's Signature: Date: *Owner's Signature: Date: *All three signatures required COST FILE PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California Contractor shall provide annual cost proposals for all of the listed options. The City reserves the right to select any of the following options, and to adjust at any time during the course of the contract. Option A: Service every residential street monthly, trail systems weekly, arterials and industrial areas weekly, alleyways monthly, and parking lots monthly. Include an allowance for weekly service during the peak season (typically October -January). The beginning of the peak season will be determined by the City. Option B: Service every residential street twice monthly, trail systems weekly, arterials and industrial areas weekly, and parking lots monthly. Option C: PERMIT MINIMUM; residential streets once monthly, arterials and industrial areas twice monthly and parking lots monthly. Option D: residential streets once monthly, trails monthly; arterials and industrial areas once monthly and parking lots monthly. Service Area Option A Option B Option C Option D Residential Streets (-759 Miles) Per Additional Curb Mile Industrial Areas (-77.5 Miles) Per Additional Curb Mile Newhall Alleyways (3 Miles) Per Additional Curb Mile Major Streets & Medians (-268.5 Miles) Per Additional Curb Mile Parking lots (2,019,503 SF) Per Additional Square Foot Trail System ("36 Miles) Per Additional Linear Mile Annual Total (-1,144 Miles & 2,019,503 SF) Total Amount in Words: Option A Option B Option C Option D NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) being first duly sworn deposes and says that he/she is the (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title 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) $2,000,000/$5,000,000 (aggregate) $5,000,000 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 $2,000,000 per occurrence, $5,000,000 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 01 06 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:VIL" Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor'' with regard to any notice provisions. E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONTRACTOR for CITY. F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet anv of the insurance reauirements under this agreement, Ci . may cancel the Agreement immediately with no penalty. G. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. H. Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. I. Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by Agency 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 Agency before the Agency'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 parry 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 FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 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 TRANSMISSION 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 FAITHFUL PERFORMANCE BOND PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the FIRST year of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the FIRST year of the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OFTHIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of , 2023. CONTRACTOR: Name and Title of Signatory Signature Legal Name of Proposer Proposer Address Telephone Number Federal Tax I.D. No. SURETY*: Name Phone Number and Email Address This document must be notarized prior to submittal. SECTION E ATTACHMENTS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 14 15 16 ATTACHMENT A CITY FACILITIES Facility Name Approximate Size (in square footage) City Hall Parking Lot 74,919 23920 Valencia Blvd. City Hall Auxiliary Parking Lot 42,252 Citrus Street Field Services Facility Lots 65,358 25663 Avenue Stanford Santa Clarita Metrolink Station 304,100 22122 Soledad Canyon Road Jan Heidt Metrolink Station 45,832 24305 Railroad Avenue Via Princessa Metrolink Station 181,393 22201 Via Princessa Bouquet Canyon Park 25,996 28127 Wellston Drive Canyon Country Park 26,964 17615 W. Soledad Canyon Road Central Park 322,372 27150 Bouquet Canyon Road Newhall Park 24,703 24933 Newhall Avenue North Oaks Park 20,284 27824 N. Camp Plenty Road Old Orchard Park 6,087 25023 N. Avenida Rotella Pamplico Park, 22444 Pamplico Drive 12,261 Santa Clarita Park 12,722 27285 Seco Canyon Road Activities Center, 20880 Center Pointe Parkway 226,137 Circle "J" Park, 22651 Via Princessa 9,353 17. Todd Longshore Park, 28151 Whites Cyn. 13,300 18. Bridgeport Park, 23520 Bridgeport Lane 10,370 19. Community Center, 22421 Market Street 109,769 20. Valencia Heritage Park, 24155 Newhall Ranch Rd. 55,017 21. Newhall Library, 24500 Main St, 64,000 22. The Cube Ice Station 103,463 23. West Creek Park 21,943 24. Chesbrough Park 15,007 25. Valencia Library 25,174 26. Golden Valley Park 18,314 27. McBean Transfer Station 177,746 28. Canyon Country Community Center 108,130 Total Approximate Square Footage 2,019,503 ATTACHMENT B MAP OF CITY OF SANTA CLARITA - STREET INFORMATION e4 4 Sa.* eAl74 Map of Santa Clarita CmmuntySteeb 29MIlDs Musinal Streets 55 Mies AA@Hod Sheets 87 Mos RLS&nrul Sh6 689 MW Santa Clara River City of Sarb Clarb Boundary ATTACHMENT C AQMD RULE 1186/1186A Adopted August 18, 2000) (Amended June 4, 2004) (Amended September 9, 2005) (Amended May 5, 2006) (Amended June 6, 2008) (Amended January 9, 2009) RULE 1186.1. LESS -POLLUTING SWEEPERS (a) Purpose To reduce air toxic and criteria pollutant emissions, this rule requires certain public and private sweeper fleet operators to acquire and operate alternative -fuel or otherwise less -polluting sweepers when purchasing or leasing these vehicles for sweeping operations undertaken by or for governments or governmental agencies in the jurisdiction of the South Coast Air Quality Management District (District). (b) Applicability (1) This rule applies to any federal, state, county, city or governmental department or agency, any special district such as water, air, sanitation, transit, and school districts, or private individual firm, association, franchise, contractor, user or owner who provides sweeping services to a governmental agency that owns or leases 15 or more vehicles, including passenger cars, light - duty trucks, and medium- and heavy-duty on -road vehicles, but excluding those vehicles exempt as defined by Rule 1191 paragraph (f)(1). (2) Sweepers having a gross vehicle weight of 14,000 pounds or more are subject to this rule. (c) Definitions. For purposes of this rule, the following definitions shall apply: (1) AFFECTED GOVERNMENTAL AGENCY means any governmental agency in the District's jurisdiction that owns or leases 15 or more vehicles, including passenger cars, light -duty trucks, and medium- and heavy-duty on -road vehicles, or contracts for sweeping services, excluding those exempt as defined by Rule 1191 paragraph (f)(1). (2) ALTERNATIVE -FUEL SWEEPER means a sweeper with engine(s) that use compressed or liquefied natural gas, liquefied petroleum gas (propane), methanol, electricity, or fuel cells. Hybrid -electric and dual- 1186.1 — 1 Rule 1186.1 (cont.) (Amended January 9, 2009) Fuel technologies that use diesel fuel are not considered alternative -fuel technologies for the purposes of this rule. (3) APPROVED CONTROL DEVICE(S) is a California Air Resources Board (CARB)-certified exhaust control device(s) that reduces particulates and possibly other precursor emissions. To be considered fitted with approved control device(s), all diesel exhaust from the sweeper, including the auxiliary engine (if applicable) must be vented through such a device(s) that have been certified by CARB at the time of vehicle purchase. (4) FLEET OPERATOR is any federal, state, county, city, or governmental department or agency, any special district such as water, air, sanitation, transit, and school districts, or private individual firm, association, franchise, contractor, user or owner who provides sweeping services to a governmental agency that owns or leases 15 or more vehicles, including passenger cars, light -duty trucks, and medium - and heavy-duty on -road vehicles, excluding those exempt as defined by Rule 1191 paragraph (f)(1). (5) GOVERNMENTAL AGENCY include any federal, state, regional, county, city, or governmental department and agency, and any special district such as water, air, sanitation, transit, and school districts. See AFFECTED GOVERNMENTAL AGENCY. (6) LOW -SULFUR DIESEL FUEL means diesel fuel that has a maximum sulfur content of 15 parts per million (ppm). The use of low -sulfur diesel fuel improves the performance of and may be necessary for the use of advanced exhaust control devices. (7) PURCHASE OR LEASE means that a purchase or lease contract has been signed by both parties for a sweeper to be delivered within 1 year of the purchase or lease contract date, which is the date the contract is signed by both parties. (8) SWEEPER means any heavy-duty vehicle with a gross vehicle weight of 14,000 pounds or more that is permitted to operate on public roads through California Department of Motor Vehicle registration or the federal government and used for the express purpose of removing material from paved surfaces, by mechanical means through the action of one or more brooms, or by suction through a vacuum or regenerative air system or any combination of the above. 1186.1 — 2 Rule 1186.1 (cont.) (Amended January 9, 2009) (9) SWEEPING OPERATIONS means operations to remove material from paved surfaces using sweeper(s), as defined by this rule. (d) Requirements For Fleet Operators: (1) Beginning July 1, 2002, a fleet operator shall meet the following conditions for each individual purchase or lease of a replacement or additional sweeper: (A) Purchase or lease an alternative -fuel sweeper, OR (B) Provide alternative -fuel sweeping services where required under contract with a government agency, pursuant to subparagraphs (d)(2)(A) and (d)(2)(B). (C) Before July 1, 2010, if the fleet operator has an approved Technical Infeasibility Certification for this individual purchase or lease, as described in subdivision (e), (i) purchase or lease a non -alternative fueled sweeper with all applicable approved control device(s), and (ii) maintain the approved control device(s) per manufacturer's specifications, and (iii) if using diesel fuel, fuel the sweeper with low -sulfur diesel fuel only, and (iv) comply with Rule 1186 without invoking the exemption provision in Rule 1186 paragraph (i)(3), unless a demonstration is made to the Executive Officer that for solely technical reasons no certified sweeper, as defined in Rule 1186 paragraph (c)(2), is commercially available. (D) Failure to use alternative -fuel sweepers where required under contract with a government agency shall be a violation of this rule for each day that the street sweeping services are provided. For Affected Governmental Agencies Contracting for Sweeping Services: (2) Any affected governmental agency that signs a contract after July 1, 2002 for sweeping services must: (A) Contract for sweeping services that use alternative -fuel sweeper(s), OR (B) Solicit bids for sweeping operations using alternative -fuel sweepers and if no bids are submitted: 1186.1 — 3 Rule 1186.1 (cont.) (Amended January 9, 2009) (i) Contract for non -alternative fueled sweeper(s) and ensure that the sweeper(s) are only fueled with low -sulfur diesel and outfitted with approved control device(s) that are installed and maintained per the manufacturer's specifications, and (ii) Contract for sweeper(s) that comply with Rule 1186, unless a demonstration is made to the Executive Officer that for solely technical reasons no certified sweeper, as defined in Rule 1186 paragraph (c)(2), is commercially available. (3) After January 1, 2003, any renewal or extension option of a contract is considered a new contract that must meet the requirements of paragraph (d)(2). (4) Pursuant to paragraph (d)(2), alternative -fuel sweepers shall be used for the entire term of the contract. If alternative -fuel sweepers are not available at the beginning of the contract due to the date of delivery, the affected government agency shall submit a signed and dated Technical Infeasibility Certification Request to the Executive Officer prior to the award of the contract demonstrating the unavailability of alternative -fuel sweeper service for the period of time during which alternative -fuel sweepers are to be delivered. (e) Technical Infeasibility Certification Criteria and Procedures (1) Six months prior to the date of purchase or lease of a replacement or additional sweeper, any fleet operator seeking to comply with subdivision (d) without purchasing or leasing an alternate - fuel sweeper [i.e., opting to comply with paragraph (d)(2)], shall demonstrate the technical infeasibility of complying with paragraph (d)(1) requirements by submitting a signed and dated Technical Infeasibility Certification Request to the Executive Officer and attest to the accuracy of all statements therein, that shall include: (A) the name and address of the fleet operator; and (B) current sweeper fleet composition, including make, model, and a complete description of the sweepers' dust suppression systems; and (C) demonstration that no alternative -fuel engine and chassis configuration is commercially available from any manufacturer for sweeping operations conducted by the fleet operator (only technical 1186.1 — 4 Rule 1186.1 (cont.) (Amended January 9, 2009) reasons for choosing a given chassis configuration are acceptable), OR (D) demonstration that a fueling station for alternative -fuel sweepers commercially available from any manufacturer for sweeping operations conducted by the fleet operator is not available within five miles of the vehicle storage or maintenance yards. (2) Within 90 calendar days of receipt of a completed Technical Infeasibility Certification Request submitted pursuant to paragraph (e)(1), the Executive Officer will either approve or disapprove the Request, in writing. (3) The Executive Officer shall disapprove a Technical Infeasibility Certification Request if it does not meet the requirements of paragraph (e)(1). If a Technical Infeasibility Certification Request is disapproved by the Executive Officer: (A) The reasons for disapproval shall be given to the applicant in writing. (B) Upon receipt of a notice of a disapproved Technical Infeasibility Certification Request, the fleet operator shall comply with paragraph (d)(1). (C) The fleet operator may resubmit a Technical Infeasibility Certification Request at any time after receiving a disapproval notification, but must still comply with paragraph (d)(1) until such time as the Executive Officer approves a Technical Infeasibility Certification Request under paragraph (e)(1). (4) A Technical Infeasibility Certification Request is subject to plan filing and evaluation fees as described in Rule 306. (f) Exemptions (1) The provisions of this rule shall not apply to fleets consisting of evaluation/test vehicles, provided by or operated by the vehicle manufacturer or manufacturer representative for testing or evaluation, exclusively. (2) The provisions of subdivision (d) shall not apply to a sweeper purchase by a fleet operator that is solely dedicated to serving governmental agencies that are not subject to this rule, upon demonstration to and approval of the Executive Officer. 1186.1 — 5 Rule 1186.1 (cont.) (Amended January 9, 2009) ATTACHMENT D Waste Disposal 2020 - 2022 2020 TONS January 191.8 February 89.45 March 69.51 April 100.11 May 81.83 June 122.73 July 92.89 August 92.64 September 116.06 October 194.36 November 189.52 December 256.48 2021 TONS January 182.36 February 78.68 March 98.13 April 102.63 May 87.14 June 116.6 July 105.44 August 98.85 September 91.78 October 188.46 November 211.87 December 175.56 2022 TONS January 196.14 February 73.61 March 103.35 April 81.47 May 89.88 June 91.6 July 104.52 August 111.08 September 95.47 October 108.97 November 152.97 ATTACHMENT E Arterial Route Map Newhall Ranch Rd 1 City of SANTA CLARITA r -ter • Arterial SUNRAY� 0 025 05 Miles i1 � h,k 11 --��� - Street Sweeper Route SundaStreet Y Santa Clara River r City of Santa Clarita Boundary Street sweeper route schedule provided by City of Santa Clarita Environmental Services. Public Works Dept. centerlines developed and maintained by City of Santa Clarita GlS 'Area� q Map'ed. 71 Last Updated: August 2019 ---J The City of Santa Clarita does not warrant the accuracy ofthe d ataand assumes no :he for any errors or omissions. - - — 1 Q:\PROJECTS\MASTER\Sweeo\MXD\Mao Book\Arterials\Sunday.mxd =n=, 0 C: co MdBic :E Alout? 0 tcwL L t? ru P POINTE? OINTE? IOU----------- 0 -- ;K ... L Or M z 4 17, ncesSa CFSSP' ------------- CirycfSANTA CLARITA 0 0 25 0 Arterial MONDAY 5es Street sweeper route schedule provided by t Area Street Sweeper Route City of Santa Clarita Environmental Services, Mapped Santa Clara River Public Works Dept. Monday - Map 1 of 2 Street centerlines developed and maintained City of Santa Clarita Boundary by City of Santa Clarita GIS. z The City of Santa Clarita doe s not warrant Last Updated: August 2019 :he accuracy of the d ated assumes no-1 lability for any errors omissions. QAPROJECTSWASTE mxcI L.Lu r .� if��O' =jf 0P �m w _—__—__—__-; L I Cfty°fSANTA CLARITA r Arterial MONDAY 0 025 05 Mlles • Street Sweeper Route le by Street sweeper route Environmental Santa Clarita E^vir°nmental Services, N --(� Santa Clara River ntalSer Public Public Works Dept. � Monday - Map 2 of 2 , Street centerlines developed and maintained City of Santa Clarita Boundary by City of Santa Clarita GIS. -,Area Last Updated: August 2019 _ J The City of Santa Clarita does not warrant the accuracy of the data and assumes no-1 :he for any errors or omissions. MaP P ed `" QAPROJECTSWASTE UUUU Newhall Ranch Rd SANTAC Ra'ST E rnNYON RD c�yOy iY , SOL 0 City of SANTA CLARITA Arterial Street Sweeper Route Tuesday - Map 1 of 2 Last Updated: August 2019 TUESDAY Santa Clara River City of Santa Clarita Boundary 7 0 U� �1r'_r- _i_ •___ • - -------------------- Vjq pR,RCFSSA y 0 025 05 r Miles Street sweeper route schedule provided by Area City of Santa Clarita Environmental Services, r Public Works Dept. Mapped Street centerlines developed and maintained by City of Santa Clarita GIS. The City of Santa Clarita does not warrant the accuracy of the data and assumes no -1 liability for any errors or omissions. (DAPROJECTSWASTE mxd .6X I_"' . - -r�rr__ `__________ i ------------------ ------ CRYf SANTA CLAR TA Arterial TUESDAY 025 05 r\ Mr Miles Street Sweeper Route Streetsweeperroute Environmental ntalSer by Area Santa Clara River PublicsorsDlepitaen ronmentalsenices, Pubic works Dept. Mapped Tuesday - Map 2 of 2 r , Street centerlines developed and maintained City of Santa Clarita Boundary by City of Santa Clarita Gl S. The City of Santa Clarita does not warrant Last Updated: August 2019 the accuracy ofthadataandassume sn0 1 a' :he for any errors or omissions. QAPROJECTSWASTE \ 4P \ \ Cagy°o \ Oe �a��n646,E37W •l S�\fey Lyons Ave Cn, of SANTA CLARITA Arterial Street Sweeper Route Wednesday Last Updated: August 2019 Copper Hill Dr —_ I o� c m U o ° NQO CAnrroN R o aJ a n, F ra' oledad Canyon Rd.,; • L `--'dP/incessa 5 A WEDNESDAY °�s °s °'s Miles Miia Street sweeper route schedule provided by Santa Clara River City of Santa Clarita Environmental Services, Public Works Dept. r �- Street centerlines developed and maintained City of Santa Clarita Boundary by City of Santa Clarita Gl S. The City of Santa Clarita does not warrant the accuracy of the tlata antl assumes no :he for any errors or omissions. I Pi I ---- a113dta Canyon Rd I z Q:\PROJECTS\MASTE yy04 INN 0q,fSANTA CLARITA Arterial Street Sweeper Route t.i Thursday Last Updated: August 2019 55� THURSDAY Santa Clara River City of Santa Clarita Boundary A 0 025 05 Miles Street sweeper route schedule provided by City of Santa Clarita Environmental Services, Public Works Dept. Street centerlines developed and maintained by City of Santa Clarita GIS. The City of Santa Clarita does not warrant the accuracy ofthe datra antl assumes no liability for any errors or om IT (-77, -Tz C)APROJECTSWASTE ATTACHMENT F Street Sweeping Schedule ""tSAWA CLARITA Residential Street Sweeping Schedule Legend Ls oada,adzoza DNE E3 + MONOAr r op 1 e F sr . 7 C aama� wEONEaoAr w as R,a s w 0 "EDNESDAY�� wEEKa ,HORooAr ham. E THURSDAY weeks _v -j • I ATTACHMENT G Holiday Schedule If a holiday should fall on a Saturday, it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. New Year's Day Martin Luther King Jr. Day President's Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day/Indigenous Peoples Day Veterans Day Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve 5�j�ii rlJI+EE�� ■cw Im -S• rrIg k r- rr 6910 281h Street North Highlands, CA 95660 Office (916) 253-3900 Fax (916) 253-3921 Santa Clarita Sweeping Request for Proposal Introduction: Clean Sweep Environmental. Lance Soares Inc. has two divisions, the first is Clean Sweep Environmental and the second is Clean Site Services. Both DBAs are divisions of the corporation which was formed in 2002 and has run continuous to the current date. Clean Sweep Environmental has successfully swept the streets of Santa Clarita since July of 2008. For 15 years we have enjoyed working with the city and have successfully provided outstanding service. Currently, we work for the nation's largest homebuilders on their city streets new construction sites which is very labor-intensive work that requires very nimble and difficult organization. We have held dozens of municipal contracts in the past fulfilling every contract to its end with requests to extend or renew. With a plan to stay primarily in the private sector, Municipal work has not been a focus other than with Santa Clarita. Background With over one hundred employees and 20 years of experience in industrial service work, Clean Sweep Environmental always is a customer first organization. We offer a great culture in a safe working environment. We have had a wonderful working relationship with the city for over 15 years. Scope of work: We take pride in the street sweeping in Santa Clarita. The city has chosen to exceed its water quality permit and sweep areas for both aesthetic as well as environmental desires of its residents. Clean Sweep Environmental understands these needs and is 100% committed to continuing its long-standing excellence in standard. Our managers are quick to respond to trouble areas in the city and have a well -maintained relationship with the city's streets managers. Page 1 of 4 5E�7UIC■ice 6910 28t" Street North Highlands, CA 95660 Office (916) 253-3900 Fax (916) 253-3921 Schedule: The current sweeping schedule most resembles option A in the RFP. We currently run Option A in this manner: In the non -leaf season we will utilize one full time day driver, one nighttime driver and one manager that will function as the relief driver. We also can add additional drivers as necessary to complement our existing staff. During leaf season we will have five drivers on day shift and one driver on the night shift. On holiday weeks we will run longer on next two days to catch up on routes that cannot be done on the recognized holiday. Option B would put less stress on the need to ramp up with labor and trucks for the leaf season. We would add an additional day driver for this option throughout the year for this Option B. For Option C and D, we would keep a three-man staff year-round. We are sensitive to the needs of all areas of town. For instance, in areas that are especially heavy with leaves (Monday route) we sometimes make multiple passes for cleanliness, in areas heavy with sand (Friday routes east side of town) we know that area is swept at extremely low rates of speed. As the most experienced proposer we have an intimate knowledge of the needs of each area. Personnel: Lance Soares President Lance has been 50% shareholder and owner since 2002. He is a graduate of Sacramento State University and worked in the solid and hazardous waste field for 8 years before incorporating and starting up of this multi -faceted service company. Stacey Soares CFO Stacey is 50% shareholder and owner since 2002. She is a graduate of Sacramentos State University and is a Certified Public Accountant. She worked for Price Waterhouse prior to working for Clean Sweep Environmental. Isaac Romero Manager Isaac has been our manager in Santa Clarita for 13 years. As a resident of Santa Clarita, he takes pride in his job and working with City staff on a daily basis. Vincent Maldonado Vince has successfully swept in Santa Clarita for 8 years. Ronald Acito Ronnie has successfully swept in Santa Clarita for 8 years. Page 2 of 4 100 ICE5 866.679.3373 6910 28th Street North Highlands, CA 95660 Office (916) 253-3900 Fax (916) 253-3921 Francisco Romero Frank has been part time for over 5 years and helps out in leaf season. Guadalupe Montes Lupe has been with Clean Sweep for 5 years and is a relief driver. Jason Morgan Morgan has been with Clean Sweep for over 7 years and is a relief driver. Greg Calvo Greg has been with Clean Sweep for 6 years and is a relief driver. Ricardo Medina Ricky has been with Clean Sweep for 2 years and is a relief driver. Michael Bustamonte Mike has been with Clean Sweep for 3 years and is a relief driver. Equipment: Clean Sweep will adhere to the contract by utilizing regenerative air sweepers. We utilize the TYMCO 600 models that are on Freightliner M2 Chassis. The trucks are specifically designed for municipal sweeping. If Options B, C, or D are utilized for this bid we can utilize our current equipment with one new purchase, if Option A is selected, we will need to purchase up to three trucks. Specifically for Option A we will utilize two 2018 of these CNG powered trucks. If successfully chosen for this contract, we will also purchase three 2017 or newer diesel powered TYMCO 600's and repower them with LPG powered motors. We have located about ten of these units that are available on the West Coast that we could choose from to re -power. The delivery dates from TYMCO for new units are out about a year at this time and to provide the city with the best value and to hit the specifications this would be our best option. Page 3 of 4 86�s. �79.3373 6910 281h Street North Highlands, CA 95660 Office (916) 253-3900 Fax (916) 253-3921 We also utilize a 2019 TYMCO 210 for the trails and parking lots. This unit has a GVW of less than 14,000 LBS and is not subject to SCAQMD 1186.1 rules as it has a GVW of 10,000 LBS. We also have a relationship with both GCS Power and Marco Equipment (the two California TYMCO Dealers) that can rent equipment if needed. All trucks are fitted with Trimble GPS that monitors location and sweeping speed. The city has had full access to this account and regularly monitors this. The current trucks have 50,000 miles each and 6,000 hours on the secondary motor and have a useful life of greater than 5 years. All Drivers have cell phones with Blue Tooth and are in regular communication with their manager. Facility: We currently operate this contract from our yard in the center of Santa Clarita. We have been at this site since 2008, The address is 21444 Golden Triangle Road. This is where we house our trucks and have our waste containers. We utilize Republic services and they have provided outstanding service for us. Our repair facility is DEI located at 20601 Santa Clara Street. We have 1-3 mechanics always on notice to assist us. We have been working with DEO since 2008 and they have had a long- standing relationship with the City of Santa Clarita also. Page 4 of 4 CleanSweep SNVIRC]l'�iMBZVTAL 6910 281 Street North Highlands, CA 95660 Office (916) 253-3900 Fax (916) 253-3921 City of Santa Clarita May 9, 2023 23920 Valencia Blvd. Santa Clarita, CA 92355 RE: City -Wide Street Sweeping Service — Scope of work revised Thank you for the opportunity to provide you with street sweeping Service in Santa Clarita. We would like to propose the following for a 7-year agreement with the following: • The rate per annum would be $1.2 million, for 5 years plus two single option years, • Leaf season weekly residential sweep schedule would be 6 weeks, Non -Leaf season sweeping would be conducted on the first Monday through Friday for 4 weeks in a month. If there is a 5' weekday in the month, sweeping would not be conducted on those days (this applies to residential only, with Oak Ave and Ruether Ave serviced weekly). Rate - $713,904.00 • Arterials and Industrial would be swept 2 times per month. Rate - $381,984.00 • Trails would be swept weekly. Rate - $86,112.00 • Parking lots would be swept monthly. Rate - $18,000.00 • Any extra sweeps besides the routine routes would be billed on a time and material basis at a rate of $150 per hour for truck and $75 per ton for disposal. • Allow primary vehicles to be 2018 model year of newer and for backups utilize trucks that are modern in style and maintained properly to meet the needs of the sweeping contract meeting SCAQMD 1186.1 ruling. • Annual increase would be based on CPI as well as any prevailing wage increase that are over and above the CPI. Thank you, if you have any questions please feel free to contact me either by email, office number or cell phone anytime. Thank You, Lance Soares President Lance Soares Inc. DBA Clean Sweep Environmental (916)869-1405 cell phone COST FILE - Revised PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California Service Area Cost Residential Streets (-759 Miles) 713,904.00 Per Additional Curb Mile 46 Industrial Areas (-77.5 Miles) 85,560.00 Per Additional Curb Mile 46 Newhall Alleyways (3 Miles) included Per Additional Curb Mile 46 Major Streets & Medians (-268.5 Miles) 296,424.00 Per Additional Curb Mile 46 Parking lots (2,019,503 SF) 18,000.00 Per Additional Square Foot 0.05 Trail System (-36 Miles) 86,112.00 Per Additional Linear Mile 46 Annual Total (-1,144 Miles & 2,019,503 SF) 1,200,000.00 ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK AND SPECIFICATIONS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 Specifications for the Citywide Street Sweeping. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Specifications throughout the length of the contract. *Supervisor's Signature: ��� DateZ� r *Estimator's Signature: ' � Date: *Owner's Signature:_ _ *All three signatures required 5M'r4 ,. 'S J 1 Addendum No. 1 PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California Addendum No.1 February 22, 2023 This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on February 15, 2023 beginning at 3:00 PM. The meeting was held on Zoom. Attending Staff: • Darin Seegmiller — Environmental Services Manager, Neighborhood Services • Curtis Williams —Administrator, Neighborhood Services • Tyrone Jackson — Environmental Field Specialist, Neighborhood Services • Mariela Delgado — Buyer, Administrative Services Attending Vendors: • Dennis Verner, Burrtec • William Wilson, Burrtec • Lance Soares, Clean Sweep Environmental • Yerlan, Organic Life Construction • Rick Anderson, SCA The followin questions were asked and answered: Q1) What is the estimated budget for this contract? Al) We are unsure on the exact number. The current contract costs are about $1.1 million per year. Q2) Can you specify whether a bid bond is required? A2) A bid bond is not required for this project. We do require a Performance Bond to be submitted. Q3) Is the current contract subject to prevailing wages? A3) No, it is not. The new contract will be subjected to prevailing wage requirements. Q4) Will the awarded vendor be selected based on the lowest cost proposed? A4) No. Please review Section 2 of the RESPONSE FORMAT AND SELECTION CRITERIA section for further information. PROPOSAL # NS-22-23-11 Addendum No. 1 February 22, 2023 QS) Has there been an increase in the current contract cost? AS) The current contract costs are about $1.1 million per year. Q6) Is there room for change orders and amendments in the upcoming contract due to unforeseen fuel cost spikes? A6) No. Q7) How many workers currently service the city's street sweeping services? A7) Five. Q8) How often do certified payroll records need to be submitted to the City? A8) With each application for payment, CONTRACTOR shall also deliver certified payrolls directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. Q9) How often will the City pay the awarded vendor? A9) The current vendor sends invoices on a monthly basis. Q10) When will the addendum be posted? A10) Prior to the questions deadline, February 27, 2023. Qll) Are there any gas stations in the City that offer discounted prices for street sweepers? All) No. The following was reviewed: Project scope of work Proposal Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Date Company Name PROPOSAL # NS-22-23-11 Addendum No. 2 March 2, 2023 Addendum No. 2 PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): I. FAITHFUL PERFORMANCE BOND RE UIREMENT The Faithful Performance Bond requirement has changed from 100% of the first year's cost of the contract to 15% of the initial four-year contract term. Please see the updated Faithful Performance Bond form on Page 2. II.SCOPE OF WORK TOTAL MILEAGE The number of total mileage is 1,144, not 1075.07 as listed in the Project Description and Scope of Work. The correct number is 1,144. 111. CLOSING DATE The closing date has been changed from March 7, 2023 at 11:00 AM (PT) to March 9, 2023 at 11:00 AM (PT). Proposals submitted after the deadline will not be considered. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Company Name PROPOSAL # NS-22-23-11 Date FAITHIF A PERFORMANCE BOND PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that . as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is fifteen (15%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial four-year contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is aboutto enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2023. CONTRACTOR: SURETY*: Name and Title of Signatory Signature Legal Name of Proposer Proposer Address Telephone Number Federal Tax I.D. No. Name Phone Number and Email Address This document must be notarized prior to submittal, DESIGNATION OF SUBCONTRACTORS 5UBtONSULTANTS PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 Y. of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid.lf no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. 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. State of California Department of Industrial Rel (http,;-./,,'4 I i i i i 'r.ca.gov/) Contractor Information Registration History Legal Entity Name Effective Date Expiration Date LANCE SOARES INC Legal Entity Type Corporatlon Status Active Registration Number 10000292216 Registration effective date 07f 14121 Registration expiration date 06/310/23 Mailing Address 6910 28TH ST NORTH HIGHLANDS 956;,--Cj 'CA Unize, Physical Address 6910 28TH ST NORTH HIGHLANDS 95660 CA Unt::... Email Address all�,ln,-)clear,.sv,!e,epe,ivi'ro.(,OrrI Trade Name/DBA 0-r-AN S�NFEP FN,VIR(-,,t-IIv�ENTAl., License Number (s) CSLB:96449 Legal Entity Information Corporation Entity Number: Federal Employment Identification Number: President Name: Vice President Name: Treasurer Name: Secretary Name: CEO Name: Age-ncy for Service: Agent of Service Name: Agent of Service Mailing Address: Worker's Compensation 0,61281/18 061,01-q 0C/26/17 06/13 01i 18 0 9/10"V t 6 06/3G/ 17 �, I--,"/ 10 / Cr, 6 /3 ) / 16 I 1; 7110 11 11 i C) 0611 3 ('/2) 1 07/14/2'! 0 611012 -3 C2371119 943413405, LANCE SOARES STACEY SOARES S 17AC FY SCARES LANCE SOARES 5023 Villa Alta Wy GRANITE BAY 95746 CA Unite NON -COLLUSION AFFIDAVIT PROPOSAL # NS-22-23-11 Citywide Street Sweeping City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) § being first duly sworn deposes and says that he/she is the Z-- (sole owner, a partner, president, etc.) of � "`-e cf�"` `�" C ""' _ the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SACRAMENTO On 8TH MARCH, 2023 - before me, SHALESHNI ROY, NOTARY PUBLIC (insert name and title of the officer) personally appeared LANCE DOMINIC SCARES who proved to me on the basis of satisfactory evidence to be the person(j)'whose namek@e iskre subscribed to the within instrument and acknowledged to me that/she/they executed the same in is er/their authorized capacity(ies), and that by4 /her/their sign -a the instrument the person(, or the entity upon behalf of which the person(s')-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Signature (Seal) •, SHALESHNI 94Y Notary Public - Califomia Sacramento County Commission r 2372711 ""`"'`'MY Cnmrn. Expres Sep 25. 2025 REFERENCES PROPOSAL # NS-22-23-11 Citywide Street Sweeping 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 accordiR91Y. Fill out this form completely and y load it with your proposal. I k t � �"'S'0"( Name and-Atldress of Owner/Agency . "V-\ G Name and Telephone Numb�.,erson Familiar with Project' �[.. 2. Name and Address of Owner / Agency -� 1 l 1.1E Name and hone Number of Person Familiar with Project Contract Amount T pe of 3. ' r � 0V Name an Address of Owner / Agency Name an Telephone Nu ber of Person Familiar wit Project Contract Amount L l{y 1 l Date Completed Aate Completed � If applicable, the following are the names, addresses, and telephone numbers of all brokers and sureties om whom.P op s r inte ds t pr insurance bonds; �1' '� yE"L. OP TH Secretary of State m ~'I Certificate of Status I, SHIRLEY N. WEBER, PH.D., California Secretary of State, hereby certify: Entity Name: LANCE SOARES INCORPORATED Entity No.: 2371119 Registration Date: 01/01/2002 Entity Type: Stock Corporation - CA - General Formed In: CALIFORNIA Status: Active The above referenced entity is active on the Secretary of State's records and is authorized to exercise all its powers, rights and privileges in California. This certificate relates to the status of the entity on the Secretary of State's records as of the date of this certificate and does not reflect documents that are pending review or other events that may impact status. No information is available from this office regarding the financial condition, status of licenses, if any, business activities or practices of the entity. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of March 08, 2023. SHIRLEY N. WEBER, PH.D. Secretary of State Certificate No.: 089245833 To verify the issuance of this Certificate, use the Certificate No. above with the Secretary of State Certification Verification Search available at bizfileOnline.sos.ca.gov.