HomeMy WebLinkAbout2023-06-13 - AGENDA REPORTS - PARKING ENFORCEMENT PGM CONTRAgenda Item: 16
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: TAA,/�
DATE: June 13, 2023
SUBJECT: PARKING ENFORCEMENT PROGRAM CONTRACTS
DEPARTMENT: Community Development
PRESENTER: Tracy Sullivan
RECOMMENDED ACTION
City Council:
1. Award a two-year contract to Ace Parking III, LLC, for Citywide parking enforcement and
traffic control services in the annual amount not to exceed $839,622, beginning on July 1,
2023, and authorize three, one-year renewal options with annual Consumer Price Index
adjustments, upon request of the contractor and contingent upon the appropriation of funds in
the annual budget for such fiscal year.
2. Award a two-year contract to Data Ticket, Inc., for parking citation processing services in an
amount not to exceed $150,000 annually, beginning on July 1, 2023, and authorize three,
one-year renewal options.
3. 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) operates a Parking Enforcement Program (Program) which
serves to preserve the quality of life in our community by upholding state and municipal vehicle
regulations. Parking enforcement is necessary to maintain the efficient flow of traffic and
promote a safe environment for City residents, businesses, and visitors.
The Program is made up of two distinct elements: the enforcement of vehicle regulations and the
processing of related citations. The City currently contracts with two separate vendors for these
services. Ace Parking III, LLC (ACE) provides services related to the enforcement of vehicle
regulations, and Data Ticket, Inc., provides services related to the processing of parking
citations. The contract with ACE additionally includes traffic control services when needed for
Page 1
Packet Pg. 171
special events, road closures, and emergencies. Both of these contracts are set to expire on
June 30, 2023.
Parking enforcement services are available to residents 24 hours a day, seven days a week, with
complaints managed through the Resident Service Center. The Program primarily addresses
parking violations on a reactive or complaint -driven basis, unless a parked vehicle is posing a
risk to health and safety (blocking a fire hydrant, parked along a red curb, etc.).
To ensure that parking enforcement services continue without interruption, the City released two
Request for Proposals (RFPs) on February 28, 2023. A summary of each RFP is provided below.
Solicitation Process for Citywide Parking Enforcement and Traffic Control Services
The RFP for Citywide Parking Enforcement and Traffic Control services was publicly advertised
on BidNet from February 28, 2023, to March 30, 2023. The scope of work includes responding
to resident complaints, issuing citations, and impounding vehicles Citywide, patrolling areas with
public parking, addressing violations that affect immediate safety, providing superior customer
assistance to the public, and providing as -needed traffic control services. The RFP additionally
called for the contractor to provide the option of three patrol vehicles equipped with License
Plate Recognition (LPR) hardware and software. The LPR is a vehicle -mounted camera system
that is capable of pulling license plate information from a moving parking enforcement vehicle
and is particularly effective with confirming stolen or abandoned vehicles.
The RFP was downloaded by 21 vendors, and 2 vendors submitted proposals. The proposals
were reviewed and scored by an evaluation team consisting of City staff. The criteria used to
score the proposals included proposer qualifications, experience on similar projects, approach to
providing services, and cost of materials.
The results of the evaluation are shown below:
RANK
COMPANY
LOCATION
SCORE
1
ACE Parking III, LLC
Los Angeles, CA
94
2
LAZ Parking
Hartford, CT
88.75
Staff recommends awarding the contract to ACE, based on the results of the evaluation process,
their robust understanding of the City's needs, and their proven ability to perform well under the
required scope of work. ACE provided a not -to -exceed budget of $839,622, which will ensure
current service levels remain in place. The City has a good working relationship with ACE, as its
current parking enforcement service provider, and is confident that they will continue to meet the
City's high standards. ACE's response to the RFP can be found in the City Clerk's Reading File.
Solicitation Process for Citation Processing Services
The RFP for Citywide Parking Enforcement was publicly advertised on BidNet from
February 28, 2023, to March 30, 2023. Services required under the RFP include the necessary
technology, supplies, and personnel to process citations issued by the City's parking enforcement
officers. This work effort includes online, telephonic, and U.S. Mail processing of citations and
Page 2
Packet Pg. 172
payments from violators, management of required payments to other entities, and management of
first- and second -level appeals.
The RFP was downloaded by 18 vendors, and 2 vendors submitted proposals. The proposals
were reviewed and scored by an evaluation team consisting of City staff. The criteria used to
score the proposals included proposer qualifications, experience on similar projects, approach to
providing services, and cost of materials. In addition, the two firms were interviewed by the
evaluation panel.
The results of the evaluation are shown below:
RANK
COMPANY
LOCATION
SCORE
1
Data Ticket, Inc.
Irvine, CA
95
2
INet
San Diego, CA
89.25
Staff recommends awarding the contract to Data Ticket, Inc., based on the results of the
evaluation process, their capacity to complete the full scope of services required by the City and
their dedication to providing superior customer service. In addition to successfully serving as the
City's current citation processing provider, Data Ticket, Inc., contracts with various other cities
in California, including Laguna Beach, Monterey Park, Redondo Beach, Long Beach, Pomona,
Torrance, and Bakersfield. Data Ticket, Inc.'s RFP response is located in the City Clerk's
Reading File.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Funding to support the recommended actions will be made available in expenditure accounts
1003202-5160101 and 1003202-516102 upon adoption of the Fiscal Year 2023-24 Budget, and
for future years will be contingent upon approval by the City Council through the annual budget
process.
ATTACHMENTS
Parking Enforcement and Traffic Control RFP (available in the City Clerk's Reading File)
Ace Parking Proposal (available in City Clerk's Reading File)
Citation Processing RFP (available in the City Clerk's Reading File)
Page 3
Packet Pg. 173
felt.
Parking Citation Processing
Services
PROPOSAL # CP-22-23-39
TABLE OF CONTENTS
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
SECTION A
NOTICE INVITING PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
REFERENCES
ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK
SECTION D
SAMPLE PROFESSIONAL SERVICES AGREEMENT- STANDARD
FAITHFUL PERFORMANCE BOND
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA REQUEST FOR PROPOSALS
Project Name: Parking Citation Processing Services
Proposal #: CP-22-23-39
Dates Published: February 28, 2023
Last Day for Questions: March 22, 2023 before 11:00 AM (PT)
Proposal Closing: March 30, 2023 before 11:00 AM (PT)
Estimated Contract $125,000.00
Value:
Project Description: The City is seeking the services of a highly qualified vendor to perform parking
citation processing and management services.
Prevailing Wage: No
Bond Requirements: Yes
Contact Information: Danielle Marquez 1 (661) 255-4936 1 dmarquez@santa-clarita.com
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.
PROPOSAL INSTRUCTIONS
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors are cautioned against relying on verbal information
in the preparation of proposal responses. All official information and guidance will be provided as
part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. AWARDS.
3.1. The City reserves the right to waive any informality in any proposal.
3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
3.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
4. BONDS.
4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the
amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of
service for service projects, to guarantee that proposers will enter into contract to furnish goods
or services at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California.
4.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the
successful vendor when stated in the specification (cash deposit, certified or cashier's check or
money order may be substituted in lieu of either bond).
4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa
Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR"
and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be
considered responsive.
5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors to the manufacturer or specific
article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality
and utility to those referred to. This exception applies solely to the material items in question
and does not supersede any other specifications or requirements cited. Materials differing from
stated specifications may be considered, provided such differences are clearly noted and
described, and provided further that such articles are considered by a City official to be in all
essential respects in compliance with the specifications.
5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
5.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City is not an agent of,
partner to or representative of these outside agencies and is not obligated or liable for any action or
debts that may arise out of such independently negotiated "piggy -back" procurements.
7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user
division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
8. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
CD - Community Preservation
Attn: Tracy Sullivan
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted
on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5 [with limited exceptions from this requirement for proposal purposes
only under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant may be
awarded a contract for public work on a public works project (awarded on or after April 1, 2015)
unless registered with the Department of Industrial Relations pursuant to Labor Code Section
1725.5. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General
Attachments Section.
10.1. 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.
11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in
any proposal. The City may reject the proposal of any vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
12. RENEWAL AND PRICING ADJUSTMENT. The contract, unless determined otherwise by the City prior
to award, will be for a two (2) year period, with City's option for renewal with three one (1) year
renewal options. 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), Producer Price Index (PPI), 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.
13. LITIGATION WARRANTY. The bidding vendor, by bidding, warrants that the vendor is not currently
involved in litigation or arbitration concerning the vendor's performance concerning the same or
similar service to be supplied pursuant to this RFP and that no judgments or awards have been made
against bidding vendor on the basis of vendor's performance in supplying the same or similar service,
unless such fact is disclosed to the City in the responding proposal. Disclosure may not disqualify the
bidding vendor. The City reserves the right to evaluate proposals on the basis of the facts surrounding
such litigation or arbitration and to require the selected vendor to furnish the City with a surety bond
executed by a surety company authorized to do business in the State of California and approved by
the City of Santa Clarita in a sum equal to one hundred percent (100%) of the contract price
conditional on the faithful performance by selected vendor of the contract in the event the contract
is awarded to selected vendor, notwithstanding the litigation or arbitration.
14. BEST AND FINAL OFFER. The City may request Best and Final offers based upon improved
understanding of the offers or changed Scope of Work. Based on the initial proposals, the pre -
proposal meeting, and Best and Final offers, if requested, the panel will select the proposal which best
fulfills the requirements and is the best value to the City. The City will negotiate with that seller to
determine final pricing, and contract form. Because this proposal is negotiable, all pricing data will
remain confidential until after award is made, and there will be no public opening and reading of
Proposals. Overall responsiveness to the Request for Proposals is an important factor in the evaluation
process.
15. 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.
16. 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 # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section C)
❑ Response File
❑ Cost File (to be submitted separately from Response File)
❑ Notice to Proposers Regarding Contractual Requirements
❑ Designation of Subcontractors/Subconsultants
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
TThe following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Tracy Sullivan
❑ Professional Services Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Performance Bond (Notarized)
SECTION B
Solicitation Information
1.
2
SCOPE OF WORK
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
EVENT DATE
Solicitation advertisement February 28, 2023
Last day for questions March 22, 2023
Return of proposals March 30, 2023
Evaluations of proposals March 30—April 5, 2023
Interviews (if necessary) April 5 - 7, 2023
Contract award May 9, 2023
*Dates are subject to change at the City's discretion *
PURPOSE: The City is seeking the services of a highly qualified vendor to perform parking citation
processing and management services.
narvnpnl min•
2.1. With approximately 235,000 residents, the City is the third -largest City in Los Angeles County
in population and is 73 square miles. The City is located 35 miles northwest of Los Angeles
and 40 miles east of the Pacific Ocean. Santa Clarita forms an inverted triangle with the San
Gabriel and Santa Susanna mountain ranges and is bordered by unincorporated areas of Los
Angeles County.
2.2. As a result of this Request for Proposals (RFP), the City expects to receive proposals that will
address how the service and products meet or exceed the City's requirements as outlined in
this RFP. Once an evaluation committee has scored the responses to the RFP, the City will
enter into a contract for parking citation processing and management services, as well as
maintenance and support of hardware and software.
2.3.Ideally, the selected vendor will be capable of providing comprehensive services in their
entirety. However, the City's goal is to procure what is deemed the best services, inclusive of
all service components.
2.4.The City contracts with an outside vendor to provide parking enforcement field services
Citywide. The City of Santa Clarita's Community Preservation Division oversees this contract
to issue parking citations to individuals whom are in violation of the Santa Clarita Municipal
Code and/or the California Vehicle Code. These citations are currently issued on a hand-held
device, printed at the time the citation is issued, and immediately placed on the offending
vehicle. In rare instances, hand written parking citations are issued by Code Enforcement
Officers. The services of a qualified vendor are needed to provide the necessary technology
and associated supplies to issue the citations, process these citations, including mailing follow
up notices to the registered owner as accessed through DMV database, processing payments,
handling appeals including the oversight of an administrative hearing process, placing
applicable DMV holds, submitting required taxes, fees, and revenue to the appropriate
agency, and collecting from delinquent offenders. Parking Enforcement Officers currently
issue approximately 22,000 citations per year.
3. OBJECTIVES
3.1. The intent of this Request for Proposal (RFP) is to establish a contract with a qualified firm to
provide parking citation processing services to collect outstanding fees and other delinquent
charges or accounts. The City requires well -managed and financially sound individuals or
firms with demonstrated skills and technical ability, and high levels of customer service and
satisfaction, to fulfill the requirements outlined in this RFP. The City requires that firms must
have at least five years of experience with municipalities and provide references where
comparable services are provided. Only those firms with verifiable experience in parking
citation processing will be considered during this proposal process.
3.2. This RFP is for an out -sourced parking citation processing and management vendor. The
selected vendor shall meet all requirements of the specifications contained herein, as well as
all legislated mandates by the State of California, California Vehicle Code, Santa Clarita
Municipal Code, and the City of Santa Clarita.
4. SUPPLIER RESPONSIBILITIES
4.1. It is the intent of this Scope of Work to describe the minimum requirements for citation
processing and management services. Below is a comprehensive description of all of the
tasks, activities and responsibilities that the supplier must perform as a part of this project.
4.2. Under the contract awarded from this RFP, the successful Proposer will be the single point of
contact for providing, maintaining, and supporting all hardware and software acquired in the
solicitation, and will be required to have the capability to support all components of this
system in an integrated manner and provide the Citywith access to data as outlined in Section
4.8 and Section 4.10. The hardware and software provided by the Proposer should include
the device(s) that creates and prints the citations, as well as provides the data necessary to
ensure payment is received.
4.3. It shall be the responsibility of the Proposer to provide a full time Project Manager and key
personnel who will be responsible for oversight and delivery of services. The Project Manager
shall be the single point of contact for the City and will be responsible for the management,
implementation, and on -going trouble shooting of services. The Project Manager shall
coordinate efforts with the City's designated contract manager. The Project Manager shall be
available to the City at all times by telephone during the course of the project, and on -site
within seventy-two hours of notification if necessary and requested, to respond to City needs,
questions and/or issues.
4.4. It shall be the responsibility of the Proposer to provide for Electronic Citation Data
Importation. The Proposer must demonstrate the ability to transfer electronic data files
within 48 hours; file and store electronic citations in an easily retrievable format; provide the
necessary software to allow City staff to review stored citations; file and store electronic
copies for a minimum of five years, then destroy. The ability for the City to input notes into
this system is highly desirable.
4.5. It shall be the responsibility of the Proposer to interface with the Department of Motor
Vehicles (DMV) for Registered Owner Information and Holds. Proposer must have ability to
retrieve registered owner data from the California DMV; Proposer is expected to have
internet access to DMV data; review DMV "No Hit" list to insure license plate and state
information is entered correctly; confirm vehicle make and registered owner information;
Proposer will maintain communications with out-of-state DMVs and shall have the ability to
obtain registered owner information for out-of-state license plates; Proposer is required to
process DMV holds and releases within 48 hours; Proposer must have ability to store previous
information from previous registered owners.
4.6. It shall be the responsibility of the Proposer to handle all correspondence with Registered
Owners. The Proposer is required to mail reminder notices for all citations to registered
owners within seven days of receipt of the information from the DMV; Proposer is required
to mail notices to lessees and renters of cited vehicles when provided with proof of written
lease or rental agreements.
4.7. It shall be the responsibility of the Proposer to handle all payment processing services which
shall include all of the following: Accept online payment of citations; sort and batch all
incoming mail by postmark date for payment posting; make necessary bank deposits into a
City assigned bank account; enter and process payments within 48 hours, including opening
all mail received, verifying payment amounts, updating the computer system and making
bank deposits; provide reporting for all bank deposits on a monthly basis; file and store
deposit information for a minimum of two years. Proposer will be required to send a notice
to the Registered Owner when a partial payment is received, when a check is returned for
insufficient funds, or on an unpaid citation when a change of Registered Owner has
occurred. Credit/debit card, check, and money order payments shall be accepted for the
payment of parking citations. Proposer must be able to accept payments by mail and online.
A means for the Proposer to accept payments in person is highly desirable.
4.8. It shall be the responsibility of the Proposer to handle all data management, reporting and
statistical capabilities which shall include all of the following: Proposer to maintain
provisions for proven database management software and servers; all database information
is to be maintained with strict confidentiality and Proposer is to provide description of
securities at time of submittal; Proposer must be able to provide all statistical reports
including, but not limited to, Registered Owner contact information, citation number, and
delinquent status for at least five years for all open citations. Proposer shall be capable, at
a minimum, of producing reports relating to: open citations, bank deposits, scofflaws and
citation dispositions. Proposer must be capable of delivering these reports to the designated
City personnel on an agreed upon schedule. The data system must be able to store, sort
and/or process the following items: citation number, data and time of issuance, badge
number of the issuing officer, comment field (up to 75 characters), vehicle license plate
number, vehicle identification number, state code, registration expiration date, vehicle
make, vehicle model, vehicle color, violation codes, location of the violation, citation
penalty, received payment/documents post -mark dates, notification dates, DMV hold and
release dates, date of entry Into system, disposition codes and Registered Owner
information. Incomplete requests or denials will be mailed to registered owner within two
days of receipt.
4.9. It shall be the responsibility of the Proposer to provide sufficient Support Services. Customer
service is extremely important to the City of Santa Clarita and is a critical component of this
service. The selected vendor must be able to demonstrate the ability to provide available
staff support to the City and to the general public during normal City business hours which
are 7:30 a.m. to 5:30 p.m. Monday through Thursday, and 8:00 a.m. to 5:00 p.m. on Friday.
The selected vendor must also provide on -going support to the City to access and interface
with the citation database. Proposers must be able to have sufficient staff support to
respond to e-mail from the City within two hours. Proposers must be able to have sufficient
staff support to answer phone calls from City staff and members of the public within 10
minutes or have an automated system where the caller may opt into a return phone call. All
messages (phone and email) received by the Proposer prior to 4:00 p.m. each day must be
returned on the same business day.
4.10.The Proposer shall provide a user-friendly web -based customer facing portal, accessible via
any internet browser to provide customer service and payment options. The system must
ensure a positive customer experience and allow users to access it at their convenience.
The system must also provide the City with the ability to manage citations, void citations,
dismiss citations, enter manual citations, void a violation within a citation while leaving the
remaining violations intact and enter notes for a citation. The system must be username
and password driven, allowing for multiple access points and authority levels.
4.11.The successful bidder must be prepared to be fully operational no later than July 1, 2023,
subject to City Council authorization.
5. DELIVERABLES
5.1. The Proposer shall provide an integrated project timeline and implementation plan for the
parking citation processing system. The project timeline and implementation plan shall
include details for all phases of activity for the project including all deliverables and major
milestones. It shall allowthe project goals and deadlines of the City to be met. This proposed
project timeline and implementation plan shall be finalized during the negotiation phase.
Organize the deliverables to correspond with the project phases, workflow, or areas of
responsibility that are associated with this project.
5.2. The Proposer shall provide weekly project timeline and implementation plan updates to the
City to demonstrate that the Proposer will be fully operational by July 1, 2023.
5.3. The Proposer must provide a plan for in-depth technical training for City staff and
contracted parking enforcement officers on system components. All required instruction
manuals, qualified instructor cost, and travel and lodging costs for instructors and class
materials shall be furnished by the Proposer and included in the Fee Proposal. Online
training methods are acceptable.
5.4. Appeals Process. The Proposer is responsible for fully implementing all procedures
regarding Appeals of parking citations. The Proposer shall respond to each Appeal within
(seven days of receiving such request. The Proposer shall be responsible for disseminating
First -level Administrative Reviews decisions that are reviewed by LASD personnel and
coordinating Second -level Administrative Hearings. Proposer shall provide independent,
certified, insured Hearing Officers for in -person, toll -free phone, and written hearings. The
Hearing Officers shall be certified to perform Hearings in the state of California based on
CVC 40215. The Proposer shall maintain a complete audit trail of the entire adjudication
process, which should be accessible to City staff.
5.5. Administrative Hearings. The Proposer is responsible for fully implementing all procedures
regarding Administrative Hearings related to challenges of parking citations. The Proposer
shall respond to each Hearing request within seven days of receiving such request. Hearings
shall be held once per month at Santa Clarita City Hall. Proposer must provide for the tracking
of and correspondence regarding Hearing requests; maintain reports illustrating the current
status of each Hearing request; and schedule Administrative hearings and forward schedule
to the City each month. Proposer shall prepare, print, and mail (by first class mail) customized
Hearing notification letters on behalf of the City, to include information including the Hearing
date, time, and location; directions to the Hearing location; and respond to inquiries for the
City and the public regarding Hearings. If date or location changes are necessary, Proposer
shall re -send letters of notification. The Hearing Officer will forward results of Administrative
Hearing to the City. Letters regarding the results of Administrative Hearings will be mailed by
the Proposer. When a refund is appropriate, the Proposer shall provide information to the
City to include name of vehicle owner, date and number of citations, and contact information.
5.6. The Proposer shall furnish all necessary equipment to ensure that all required services are
performed.
6. DUE DATES/SCHEDULES/TIMELINES
6.1. The Proposer shall provide a schedule of implementation to include all due dates, schedules
of performance or timelines applicable to supplier responsibilities and deliverables related to
this scope of work.
7. REPORTS AND MEETINGS
The City shall have access to an online portal at all times. The online portal must provide up
to date reports in real time. On a monthly basis, the successful Proposer shall provide to the
City detailed reports on the activity for the billing month, including an accounting of all debts
and credits, a summary of all citations issued during the billing month, and the status of
payment for each citation issued.
7.1. Meetings between the successful Proposer and the City will be required on an as -needed
basis, subject to the availability of City staff and the staff of the successful Proposer.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
1. RESPONSE FORMAT - The organization of the response and cost files is described in this section
of the RFP. All potential vendors must follow this format.
1.1. RESPONSE FILE:
1.1.1.Introduction - A general introduction and description of the proposal shall be provided.
The format of the introduction is at the discretion of the proposer.
1.1.2.References -The Proposer shall provide a brief summary of any relevant experience
on similar projects. In addition, the Proposer shall provide a minimum of three
references for similar projects. Reference information must include the agency,
name of project, the name and contact information for the agency's Project
Manager, the dates that the project began and ended, and the value of the contract.
1.1.3.Plan to Provide Services - Describe the work program. Explain the proposed
technical approach that addresses the specific responsibilities and deliverables
identified in this RFP. Provide a description of the relationships between these
activities. Include an explanation of any division of work proposed between the
consultant and the City. The organization of the plan to provide services should be
as follows:
1.1.3.1. SUPPLIER RESPONSIBILITIES - A detailed description of the work,
including the methodology to be performed, for each responsibility
outlined in Section 4 of the Scope of Work in the Request for Proposals.
Generally, one to ten paragraphs depending upon the complexity of the
activities described in the subtask. The Proposer shall list the make and
model of the hardware, software, and supplies they propose to use to
complete the required activity, when applicable.
1.1.3.2. DELIVERABLES - A one or two paragraph description of the result of the
deliverables outlined in Section 5 of the Scope of Work in the Request for
Proposals.
1.1.4.Schedule - Describe the implementation timeline necessary, including required
actions needed from the City, to be fully operational by July 1, 2023. Include a time
schedule for monthly reporting to the City.
1.1.5.Personnel, Equipment, and Facilities - Describe the activities of the designated
Project Manager and lead/support personnel. Provide a resume for each person
named, including their qualifications (education and experience), as well as their
relationship and cost, if applicable, to the proposed project activities. The Proposer
shall also describe the specialized equipment and systems to be used to complete
the project as outlined in Section 3 of the Scope of Work in the Request for
Proposals.
1.1.6.Sub-Consultants -List all sub -consultants proposed for this project and include their
qualifications and specific responsibilities.
1.2. COST FILE — Statement of Offer and Signature - The proposal shall be signed by an
individual authorized to bind the consultant, shall contain a statement to the effect that
the proposal is a firm offer for a 120-day period, and shall contain a statement that the
proposed work will be performed at the "not -to -exceed" price. This will include all
deliverables and meeting attendance as laid out in the scope of work.
The proposal shall include a breakdown of per unit costs for all activities associated with
the provision of parking citation processing services, including but not limited to
individual citation processing, individual notices, out of state collections, appeal
processing, correspondence, reimbursable expenses, technology needs, etc. The
proposal should also include specifications for the technology that the Proposer plans to
provide.
The Cost File must be submitted separately from the Response File.
2. SELECTION CRITERIA - The overall criteria are listed below. As proposals are considered by
the City to be more equal in their technical merit, the evaluated cost or price becomes more
important so that when technical proposals are evaluated as essentially equal, cost or price
may be the deciding factor.
2.1. SCORING CRITERIA:
2.1.1. Proposer qualifications (40 points)
2.1.2. Proposer experience on similar projects and references (25 points)
2.1.3. Thoroughness of proposal, approach to providing services based upon the
criteria in the Scope of Work, and ability to provide services to meet objectives
and standards (20 points)
2.1.4. Cost of materials and services provided as well as discounts offered (15 points)
During the selection process, the evaluation panel may wish to interview Proposers with scores
above a natural break. Should an interview process take place, the results of the interview will
carry greater weight in the selection process. The City reserves the right to make a selection
solely on the basis of the proposals without further contact.
SECTION C
Forms
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Purchasing Agent.
b. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
3. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits
complying, at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG
00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence
for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will
be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said
insurance coverage and to state that such insurance will be deemed "primary' such that any other
insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO
Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims
made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, and such other evidence of
insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must
be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected
or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the
workers compensation policy which arise from work performed by CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the
contract is awarded.
REFERENCES
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Parking Citation Processing
Services. The Contractor will be expected to perform maintenance practices and uphold the standards
herein to the established Scope of Work throughout the length of the contract.
*Supervisor's Signature:
Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*All three signatures required
SECTION D
Sample Agreement
SAMPLE AGREEMENT
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
FOR
This AGREEMENT by and between the CITY OF SANTA CLARITA, a municipal corporation
and general law city ("CITY") and , a
("CONSULTANT"), and
is dated
1. CONSIDERATION.
(A) As partial consideration, CONSULTANT agrees to perform the Services listed in
the SCOPE OF SERVICES, below; and
(B) As additional consideration, CONSULTANT and CITY agree to abide by the terms
and conditions contained in this Agreement; and
(C) As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed
dollars ($ ) for CONSULTANT's Services. CITY
may modify this amount as set forth below. Unless otherwise specified by written
amendment to this Agreement, CITY will pay this sum as specified in the attached
Exhibit(s) " " which is/are incorporated by reference.
2. SCOPE OF SERVICES.
(A) CONSULTANT will perform Services listed in the attached Exhibit(s) "
which is/are incorporated by reference.
(B) CONSULTANT will, in a professional 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 Services and provide the professional Services
required of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS.
(A) By executing this Agreement, CONSULTANT represents that it has demonstrated
trustworthiness and possesses the quality, fitness and capacity to perform the
Agreement in a manner satisfactory to CITY. CONSULTANT represents that its
financial resources, surety and insurance experience, service experience,
completion ability, personnel, current workload, experience in dealing with private
consultants, and experience in dealing with public agencies all suggest that
CONSULTANT is capable of performing the proposed contract and has a
demonstrated capacity to deal fairly and effectively with and to satisfy a public
CITY.
(B) CONSULTANT will perform its Services in a skillful manner, comply fully with
all City established criteria, and with all applicable federal, state, and local laws,
codes, and professional standards.
(C) CONSULTANT agrees to comply with all applicable federal and state employment
laws regulations and rules including those that relate to minimum hours and wages,
occupational health and safety, workers compensation insurance and state, county
and local orders.
(D) CONSULTANT will staff this Agreement with personnel qualified to adequately
and professionally perform the Services.
(E) CONSULTANT will not subcontract any portion of these Services without the
CITY's prior written approval.
(F) CITY's approval of any payment, or conducting of any inspection, reviews,
approvals, or oral statements, or any governmental entity's certification, will in no
way limit the CONSULTANT's obligations under this Agreement or
CONSULTANT's complete responsibility for all Services hereunder.
4. PAYMENTS.
(A) For CITY to pay CONSULTANT as specified by this Agreement and as provided
in attached Exhibit(s) " " , CONSULTANT must submit a detailed
invoice to CITY which lists the hours worked and hourly rates for each personnel
category and reimbursable costs (all as set forth in Exhibit(s) " " ) the
tasks performed, the percentage of the task completed during the billing period, the
cumulative percentage completed for each task, the total cost of that Services during
the preceding billing month and a cumulative cash flow curve showing projected
and actual expenditures versus time to date.
(B) CITY may withhold all or a portion of payment otherwise due in the event that
Services are either improperly or not performed.
5. PROJECT COORDINATION AND SUPERVISION.
(A) CONSULTANT will assign as
CONSULTANT's Project Manager and will be responsible for job performance,
negotiations, contractual matters, and coordination with CITY's Project Manager.
CONSULTANT may change its Project Manager only with CITY consent.
(B) CITY will assign as CITY's Project
Manager, will be personally in charge of and personally supervise or perform the
technical execution of the project on a day-to-day basis on behalf of CITY, and will
maintain direct communication with CONSULTANT's Project Manager. CITY
may change its Project Manager at any time with notice to CONSULTANT.
6. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for
current Services are within the current budget and within an available, unexhausted and
unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient
funds for payment of CONSULTANT Services beyond the current fiscal year, this Agreement will
cover only those costs incurred up to the conclusion of the current fiscal year.
7. FAMILIARITY WITH SERVICES AND SITE.
(A) By executing this Agreement, CONSULTANT represents that it has:
i. Carefully investigated and considered the scope of Services to be
performed; and
ii. Carefully considered how the Services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the Services under this Agreement.
B. If the Services under this Agreement are to be performed upon any site, or
otherwise require CONSULTANT to access a site, by executing this Agreement
CONSULTANT represents that it has or will investigate the site and is or will be
fully acquainted with the conditions there existing, before commencing the
Services under this Agreement.
8. TERM.
A. The term of this Agreement will be from to
Unless otherwise determined by written amendment between the parties, this
Agreement will terminate in the following instances:
Completion of the Services specified in Exhibit(s) " ", or
ii. Termination pursuant to Section 17 TERMINATION.
B. Except as otherwise separately and expressly provided by the CITY in writing, the
provisions of this Agreement shall survive any expiration, breach, or termination
of this Agreement, and any completion of the Services.
9. TIME FOR PERFORMANCE. CONSULTANT will not perform any Services under this
Agreement until:
A. CONSULTANT furnishes proof of insurance as required under Section 24
INSURANCE; and
B. CITY gives CONSULTANT a written notice to proceed.
Should CONSULTANT begin Services on any phase in advance of receiving written authorization
to proceed, any such professional Services are at CONSULTANT's own risk.
10. SCHEDULE OF PERFORMANCE AND EXTENSIONS.
A. Should the progress of the Services under this Agreement at any time fall behind
schedule for any reason other than excusable delays CONSULTANT shall apply
such additional manpower and resources as necessary to bring progress of the
Services under this Agreement back on schedule and consistent with the standard
of professional skill and care required by this Agreement. Time is of the essence
in the performance of this Agreement.
B. Should CONSULTANT be delayed by causes beyond CONSULTANT's control,
CITY may grant a time extension for the completion of the contracted Services. If
delay occurs, CONSULTANT must notify the CITY's designated representative
within forty-eight hours (48 hours), in writing, of the cause and the extent of the
delay and how such delay interferes with the Agreement's schedule. The CITY
will extend the completion time, when appropriate, for the completion of the
contracted Services.
11. CHANGES. CITY may order changes in the Services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the
contract time will be adjusted accordingly. All such changes must be authorized in writing,
executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the
Services will be determined in accordance with written agreement between the parties.
12. ADDITIONAL SERVICES.
A. The CITY may request CONSULTANT to provide Services in addition to Scope
of Services, called "Additional Services". Additional Services that incur additional
costs (contingency) of up to 15% of the total contract amount must be authorized
by CITY by change order or other documented means. Costs beyond this amount
must first be approved by CITY in accordance with applicable thresholds and
procedures. Additional Services must be authorized by CITY in writing prior to
performance. CONSULTANT shall be compensated for Additional Services as set
forth in Exhibit(s) " " or as specified in the written authorization.
B. If CONSULTANT believes Additional Services are needed to complete the Scope
of Services, CONSULTANT will provide the CITY with written notification that
contains a specific description of the proposed additional Services, reasons for such
additional Services, and a detailed proposal regarding cost. CITY is under no
obligation to approve any increase in the agreed -upon costs for the performance of
this Agreement.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain
during the term of this Agreement, all necessary permits, licenses, and certificates that may be
required in connection with the performance of Services under this Agreement.
14. SITE INSPECTION; DISCOVERY OF HAZARDOUS MATERIALS OR LATENT
CONDITIONS. The discovery, presence, handling or removal of hazardous substances is outside
of CONSULTANT's expertise, unless otherwise specified in Exhibit(s) " " , and is not
included in the scope of Services. Should CONSULTANT discover any hazardous material, or
latent or unknown conditions that may materially affect the performance of the Services,
CONSULTANT will immediately inform CITY of such fact and will not proceed except at
CONSULTANT's own risk until written instructions are received from CITY.
15. PREVAILING WAGES. CONSULTANT shall comply with the California Prevailing Wage
Law to the extent it applies to work performed under this Agreement. If applicable,
CONSULTANT shall pay prevailing wages to its employees and shall comply with the additional
provisions set forth below:
(A) CONSULTANT shall pay prevailing wages to its employees on any agreement
when required by applicable law. Copies of the general prevailing rates of per diem
wages for each craft, classification, or type of worker needed to execute the
Agreement, as determined by the Director of the State of California Department of
Industrial Relations, are on file at the County's Capital Projects Office and may be
obtained from the California Department of Industrial Relations website
http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm. CONSULTANT
shall comply with the 8-hours per day/40 hours per week/overtime/working hours
restrictions for all employees, pursuant to the California Labor
Code. CONSULTANT and all subconsultants shall keep and maintain accurate
employee payroll records for Work performed under the Agreement. The payroll
records shall be certified and submitted as required by law, including Labor Code
Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no
less frequently than monthly. CONSULTANT shall comply fully with Labor Code
Section 1777.5 in the hiring of apprentices for work relating to the Agreement.
(B) CONSULTANT acknowledges and agrees that it will comply with AB 1768
(effective January 1, 2020), which amended and expanded the definition of
"construction" for which prevailing wages must be paid to include "work
performed during the design, site assessment, feasibility study, and other pre -
construction phases of construction ... regardless of whether any further
construction work is conducted... "
(C) CONSULTANT shall forfeit, as a penalty to Owner, the penalty or penalties as
provided by the California Labor Code, for each laborer, workman, or mechanic
employed in performing labor in and about the Work provided for in the Agreement
for each day, or portion thereof, that such laborer, workman or mechanic is paid
less than the said stipulated rates for any work done under the Agreement by him
or her or by any Subconsultant under him or her, in violation of Articles 1 and 2 of
Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and
amounts which shall be forfeited pursuant to this Paragraph and the terms of the
California Labor Code shall be withheld and retained from payments due to
CONSULTANT the California Labor Code, but no sum shall be so withheld,
retained or forfeited except from the final payment without a full investigation by
either the State Department of Industrial Relations or by Owner. The Labor
Commissioner pursuant to California Labor Code § 1775 shall determine the final
amount of forfeiture.
(D) CONSULTANT shall insert in every subcontract or other arrangement which
CONSULTANT may make for performance of Work or labor on Work provided
for in the Agreement provision that Subconsultant 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.
(E) CONSULTANT and Subconsultants 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 Agreement Documents. Each payroll record
shall contain or be verified by a written declaration as required by Labor Code
Section 1776. The payroll records enumerated above must be certified and shall be
available for inspection at all reasonable hours at the principal office of
CONSULTANT as required by Labor Code Section 1776. This Project is subject
to prevailing wage compliance monitoring and enforcement by the Department of
Industrial Relations.
16. WAIVER. CITY's review or acceptance of, or payment for, Services or product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights
CITY may have under this Agreement or of any cause of action arising from CONSULTANT's
performance. 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.
17. TERMINATION.
(A) Termination for Convenience. CITY may terminate this Agreement at any time
with or without cause by written notice to CONSULTANT.
CONSULTANT will be entitled to recover its costs expended up to the
termination plus reasonable profit thereon to the termination date not to
exceed the total costs under Section 1(C), but may recover no other loss,
cost, damage, or expense.
(B) Termination for Cause. CITY may terminate this Agreement in whole or part for
default should CONSULTANT commit a material breach of this Agreement, and
such breach has not been cured within fifteen (15) calendar days of the date of
CITY's written notice to CONSULTANT demanding such cure. In the event CITY
terminates this Agreement for default, CONSULTANT will be liable to CITY for
all costs to cure the deficiencies, and all loss, cost, expense, damage, and liability
resulting from such breach and termination.
(C) Upon receiving a termination notice, CONSULTANT will immediately cease
performance under this Agreement unless otherwise provided in the termination
notice. Except as otherwise provided in the termination notice, any Services
performed by CONSULTANT after receiving a termination notice will be
performed at CONSULTANT'S own cost; CITY will not be obligated to
compensate CONSULTANT for such Services.
(D) Upon a termination, all finished or unfinished documents, data, studies, surveys,
drawings, maps, reports and other materials prepared by CONSULTANT will
become CITY's property and CONSULTANT will deliver any such items in its
possession to CITY within thirty (30) days of termination.
(E) Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms Services similar to those terminated.
18. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONSULTANT under this Agreement are CITY's property.
CONSULTANT may retain copies of said documents and materials as desired, but will deliver all
original materials to CITY upon CITY's written notice. CITY agrees that use of
CONSULTANT's Services for purposes other than identified in this Agreement is at CITY's own
risk.
19. PUBLICATION OF DOCUMENTS. Except as necessary for performance under this
Agreement, CONSULTANT will not release copies, sketches, or graphs of materials, including
graphic art services, prepared pursuant to this Agreement to any other person or public entity
without CITY's prior written approval. All press releases, including graphic display information
to be published in newspapers or magazines, will be approved and distributed solely by CITY,
unless otherwise provided by written agreement between the parties.
20. INDEMNIFICATION AND LIABILITY.
(A) To the fullest extent permitted by law, CONSULTANT shall defend (with legal
counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and
its officers, agents, departments, officials, representatives and employees
(collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of
an employee of CONSULTANT or its subconsultants), expense and liability of
every kind, nature and description that arise from or relate to (including, without
limitation, incidental and consequential damages, court costs, attorneys' fees,
litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly
or indirectly, in whole or in part, from: (1) CONSULTANT's performance of
Services under this Agreement, or any part thereof, (including any additional
services authorized by CITY in writing) (2) any negligent act or omission of
CONSULTANT, any subconsultant, anyone directly or indirectly employed by
them, or anyone that they control; (3) any actual or alleged infringement of the
patent rights, copyright, trade secret, trade name, trademark, service mark or any
other intellectual or proprietary right of any person or persons in consequence of
the use by CITY, or any other Indemnitee, of articles or Services to be supplied in
the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and
indemnify any Indemnitee shall not apply to the extent such Liabilities are caused
by the sole negligence or willful misconduct of such Indemnitee, but shall apply to
all other Liabilities. The foregoing shall be subject to the limitations of California
Civil Code section 2782.8 as to any design professional services performed by
CONSULTANT and in particular the limitation on CONSULTANT's duty to
defend whereby such duty only arises for claims relating to the negligence,
recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion
to CONSULTANT's proportionate percentage of fault (except as otherwise
provided in section 2782.8).
(B) The foregoing indemnification provisions will not reduce or affect other rights or
obligations which would otherwise exist in favor of the CITY and other
Indemnitees.
(C) CONSULTANT shall place in its subconsulting agreements and cause its
subconsultants to agree to indemnities and insurance obligations in favor of CITY
and other Indemnitees in the exact form and substance of those contained in this
Agreement.
21. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT or any subconsultant's attempts to assign the benefits or burdens of this
Agreement without CITY's written approval are prohibited and will be null and void.
22.INDEPENDENT CONTRACTOR. CONSULTANT shall at all times be deemed an
independent contractor wholly responsible for the manner in which it performs the Services, and
fully liable for the acts and omissions of its employees, subconsultants and agents. Under no
circumstances shall this Agreement be construed as creating an employment, agency, joint venture
or partnership relationship between CITY and CONSULTANT, and no such relationship shall be
implied from performance of this Agreement. Terms in this Agreement referring to direction from
CITY shall be construed as providing for direction as to policy and the result of Services only, and
not as to means and methods by which such a result is obtained. CONSULTANT shall pay all
taxes (including California sales and use taxes) levied upon this Agreement, the transaction, or the
Services and/or goods delivered pursuant hereto without additional compensation, regardless of
which party has liability for such tax under applicable law, and any deficiency, interest or penalty
asserted with respect thereto. CONSULTANT shall pay all other taxes including but not limited
to any applicable City business tax, not explicitly assumed in writing by CITY hereunder.
CONSULTANT shall comply with all valid administrative regulations respecting the assumption
of liability for the payment of payroll taxes and contributions as above described and to provide
any necessary information with respect thereto to proper authorities. CONSULTANT has no
authority to bind the CITY.
23. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect
to all Services and matters covered under this Agreement. Those records include, without
limitation, correspondence, internal memoranda, calculations, books and accounts, accounting
records documenting its services under its Agreement, and invoices, payrolls, records and all other
data related to matters covered by this Agreement. CITY and its designees will have free access
at all reasonable times to such records, including the right to audit, examine, and make copies,
excerpts, and transcripts from such records, and to inspect all program data, documents,
proceedings and activities. If CITY receives funds from another governmental entity for the
payment in whole or part of the Services, that governmental entity will have all rights the CITY
has under this Section. CONSULTANT will retain all records subject to this Section for at least
three (3) years after termination or final payment under this Agreement.
24. INSURANCE. [All insurance terms subject to review and approval of City Risk Manager]
(A) Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Professional liability
Business automobile liability
Workers compensation
Limits
$1,000,000/$2,000,000 (aggregate)
$1,000,000
$1,000,000
Statutory requirement
(B) Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit of $1,000,000 per occurrence, $2,000,000
general aggregate, for bodily injury, personal injury, and property damage for the
policy coverage. Automobile coverage will be written on ISO Business Auto
Coverage Form CA 00 0106 92, including symbol I (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as
"additional insureds" under said insurance coverage and to state that such
insurance will be deemed "primary" such that any other insurance that may be
carried by CITY will be excess thereto. Such endorsement must be reflected on
ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an
"occurrence," not a "claims made," basis and will not be cancelable or subject to
reduction except upon thirty (30) days prior written notice to CITY.
(C) Professional liability coverage will be on an "occurrence basis" if such coverage
is available, or on a "claims made" basis if not available. When coverage is
provided on a "claims made basis," CONSULTANT will continue to renew the
insurance for a period of at least three (3) years after this Agreement expires or is
terminated. Such insurance will have the same coverage and limits as the policy
that was in effect during the term of this Agreement, and will cover
CONSULTANT for all claims made by CITY arising out of any errors or
omissions of CONSULTANT, or its officers, employees or agents during the time
this Agreement was in effect.
(D) CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
including endorsements, and such other evidence of insurance or copies of
policies as may be reasonably required by CITY from time to time. Insurance
must be placed with California -admitted insurers with (other than workers
compensation) a current A.M. Best Company Rating of at least "A:VII."
(E) Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONSULTANT for CITY.
(F) Should CONSULTANT, for any reason, fail to obtain and maintain the insurance
required by this Agreement, CITY may obtain such coverage at
CONSULTANT's expense and deduct the cost of such insurance from payments
due to CONSULTANT under this Agreement or terminate pursuant to contract
language. In the alternative, should CONSULTANT fail to meet any of the
insurance requirements under the Agreement, City may terminate this Agreement
immediately with no penalty.
(G) Should CONSULTANT'S insurance required by this Agreement be cancelled at
any point prior to expiration of the policy, CONSULTANT must notify City
within 24 hours of receipt of notice of cancellation. Furthermore,
CONSULTANT must obtain replacement coverage that meets all contractual
requirements within 10 days of the prior insurer's issuance of notice of
cancellation. CONSULTANT must ensure that there is no lapse in coverage.
(H) The CITY shall be entitled to any coverage in excess of the minimums required
herein.
(I) 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.
(J) 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.
25. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status
on the Services, which will include a schedule update and a short narrative description of progress
during the past month for each major task, a description of the Services remaining and a description
of the Services to be done before the next schedule update.
26. DISPUTE RESOLUTION.
(A) In the event of any dispute between CONSULTANT and CITY regarding any
claim, demand or request by CONSULTANT for time, money, or additional
compensation for any reason whatsoever CONSULTANT shall submit to CITY,
within 21 days of CONSULTANT's first knowledge of the dispute, a written
description of CONSULTANT's claim, demand or request that provides a narrative
of the pertinent events, the contractual basis of the CONSULTANT's position,
pricing calculations (if applicable) and attaches supporting documentation. CITY
will then review the issue and make a decision thereon. If CONSULTANT shall
fail to provide timely notice of any such claim, demand or request, then
CONSULTANT shall waive is rights to such claim, demand or request, unless
CONSULTANT can demonstrate a manifest lack of prejudice to CITY resulting
from such late notice. CONSULTANT shall continue its work throughout the
course of any dispute, and CONSULTANT's failure to continue work during a
dispute shall be a material breach of this Agreement.
(B) If the CITY denies CONSULTANT's claim, demand, or request in whole or part
and CONSULTANT disagrees, and the claim, demand or request exceeds $50,000
then the parties shall, as a precondition to initiating litigation, submit the dispute
claim, demand, or request to the Los Angeles JAMS office for non -binding
mediation under the appropriate rules. The parties may agree to any other dispute
resolution process. Nothing herein will limit CONSULTANT's obligation to
timely submit to CITY a statutory Government Code Claim, in accordance with
Government Code sections 910 et seq.
27. NOTICES. All communications to either party by the other party will be deemed made when
received by such parry at its respective name and address as follows:
If to CONSULTANT: If to CITY:
ATTN:
City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
Any such written communications by mail will be conclusively deemed to have been received by
the addressee three days after deposit thereof in the United States mail, postage prepaid and
properly addressed as noted above. 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 Section.
28. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws
and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City
Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the
CITY pursuant to Section 27 NOTICES of any staff changes relating to this Agreement.
A. In accomplishing the Scope of Services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection (B), will be
performing a very limited and closely supervised function, and, therefore, unlikely
to have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection
(B).
Initials of Consultant
(B) In accomplishing the Scope of Services of this Agreement, CONSULTANT will
be performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT's Services product will be presented, either
written or orally, for the purpose of influencing a governmental decision. As a
result, the following CONSULTANT personnel shall be subject to the Disclosure
Category "I" of the CITY's Conflict of Interest Code:
29. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to
pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
30. THIRD PARTY BENEFICIARIES. CONSULTANT's subconsultants shall agree to be
bound to the terms of the Agreement to the extent of their scope of services, including but not
limited to, terms regarding indemnity and dispute resolution, and shall agree that CITY is deemed
an express third party beneficiaries of their subconsultant agreement. Nothing in this Agreement,
however, shall operate to confer such or similar rights or benefits on persons or entities not party
to this Agreement.
31. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California. The exclusive venue for any action involving this
Agreement will be in Los Angeles County.
32. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties with respect to the subject matter hereof. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
There is/are ( ) Exhibits (s) to this Agreement. To the extent of a conflict between this
Agreement and one of the Exhibits, the terms of the Agreement shall take precedence. This
Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent
successors and assigns.
33. RULES OF CONSTRUCTION. Each party had the opportunity to independently review
this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a
whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against
either party.
34. SEVERABILITY. 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.
35. AUTHORITY/MODIFICATION. 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. To the extent of any contingency above the original
Agreement amount previously approved by the CITY's City Council, additional Services may be
added to this Agreement by an additional authorization executed by both parties. This Agreement
may be otherwise modified by written amendment, which generally requires approval of the
CITY's City Council. CITY's City Manager, or designee, may execute any such authorization or
amendment on behalf of CITY.
36. CAPTIONS. The captions of the sections and paragraphs of this Agreement are for
convenience of reference only and will not affect the interpretation of this Agreement.
37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
38. DELAY. CONSULTANT shall complete all Services required by this Agreement within the
times specified in the Agreement, except where (1) an event outside of CONSULTANT's
reasonable control causes a delay and (2) CONSULTANT promptly advises CITY of such delay
(such prompt notice to occur no more than 15 days after the first occurrence of the delay). Such
events shall be limited to: acts of neglect by CITY or CITY's agents or by consultants when acting
at CITY's direction; breaches of this Agreement by CITY; Acts of God such as fire and flood;
explosion, acts of terrorism, war and embargo; and other similar causes beyond the Parties'
reasonable control. In the event of an excusable delay the City may elect whether to terminate this
Agreement or extend the time for performance.
39. FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONSULTANT shall
not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond
the control and without the fault or negligence of CONSULTANT, including without limitation
failure to reasonably mitigate any adverse impacts (Force Majeure).
Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural
disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather
conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes,
lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes
or regulations enacted or imposed after the fact (together, "force majeure events").
40. PROTECTION OF RESIDENT WORKERS. The CITY 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 (Form I-9), reviewing required proofs of both identify and employment
authorization, and retaining the Form I-9 for the required period. Updated form I-9 information is
available at www.uscis.gov. The CONSULTANT shall establish appropriate procedures and
controls so no Services or products under the Agreement will be performed or manufactured by
any worker who is not legally eligible to perform such Services or employment.
41. 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 CONSULTANT 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.
CONSULTANT'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.
42. SAFETY OF PERSONS AND PROPERTY. CONSULTANT 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.
43. FACSINHLE OR ELECTRONIC TRANSNUSSION OF CONTRACT AND
SIGNATURE. The parties agree that this Agreement may be transmitted and signed by facsimile
or 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.
44. STANDARD SUPPLEMENTAL PROVISIONS. Notwithstanding Section 32 ENTIRE
AGREEMENT above, the following Standard Supplemental Provision(s), attached to this
Agreement, is(are) incorporated herein by this reference and takes precedence over any conflicting
provision of this Agreement: [Insert name of any applicable SSP(s), and attach only that
SSP(s)—omit remaining SSP(s). Insert "None" if applicable.]
[SIGNATURES ON NEXT PAGE]
IN WITNESS WHEREOF, the parties hereto have executed this contract on the date set forth
below.
FOR CONSULTANT:
M.
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
FAITHFUL PERFORMANCE BOND
PROPOSAL # CP-22-23-39
Parking Citation Processing Services
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND
as SURETY, are held and firmly bound unto the City of
Santa Clarita, as AGENCY, in the penal sum of dollars
($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract
term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond
shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond
covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter
into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs
and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations
in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way
release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
2023.
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 by the CONTRACTOR and SURETY prior to submittal.
L
HI �T, 1 1
ML-
rK
.01 �A
REVOLUTION,,-4?1
.'��,'/'k. 4 Jam. •
TM t' •�.
STARTS HER
• 7
II � 4 ' n JJJJ
i.• r Y. Y .P� t
March 30, 2023
Danielle Marquez
City of Santa Clarita
dmarquez@santa-clarita.com
Dear Ms. Marquez,
ACE is pleased to present this proposal for Citywide Parking Enforcement to the City of Santa
Clarita. Your ACE team will continue to deliver exceptional levels of service through friendly team
members trained to be firm but not aggressive in their approach to enforcement and community
support. Providing enforcement services with service -oriented Enforcement Ambassadors has
been the hallmark of ACE's parking and enforcement services for the past 70 years.
73-Year Company History
Throughout our 73-year history, ACE has developed a reputation for listening to client needs and
delivering the results that matter most to each client.
Successful History with the City of Santa Clarita
In our 5 years managing the Enforcement Operations for the City of Santa
Clarita, ACE has enjoyed the opportunity to help improve the quality of life in
the city with our Enforcement efforts. ACE feels as though we have a strong
partnership with the city and takes great pride in the fact that two former ACE 5 Years
employees were hired by the city directly for the Code Enforcement division. Experience
Meticulous Standards
You can count on ACE to be thoughtful, efficient, and accurate when handling citations,
adjudication, collections, and accounting. We will also work to provide detailed reporting and
analytics tailored to your preferences.
Value Proposition for the City of Santa Clarita
ACE is uniquely qualified and enthusiastic about elevating the City's service levels with our
extensive municipal knowledge and ability to be flexible based on your needs. We have identified
the following additional areas where your ACE team will add value for the City:
Experienced Team Led by Tom Pesce, Vice President, Los Angeles
5-Year History Partnering with the City of Santa Clarita
Comprehensive Accounting, Collections & Audit Controls
Executive Commitment & 70+Year Company History
645 ASH ST, SAN DIEGO, CA 92101 1 619.233.6624 1 ACEPARKING.COM
Commitment
Your ACE team will bring a forward -thinking mindset to our partnership with the City of Santa
Clarita by taking a proactive approach to achieving your goals. We thank you for this opportunity
to present our vision and look forward to meeting with you to discuss our proposal.
Sincerely,
Tom Pesce
Vice President, Los Angeles
tpesce@aceparking.com 1 424-298-0536
5750 Wilshire Blvd.
Los Angeles, CA 90036
645 ASH ST, SAN DIEGO, CA 92101 1 619.233.6624 1 ACEPARKING.COM
City of
SANTA CLARITA
1.1 RESPONSE FILE
� 1.1.1. Cover Letter (2-3)
k 1.1.2. Table of Contents (4)
1.1.3. Introduction (5)
1.1.4. Capability & References (6-10)
1.1.5. Objective, Scope, & Work Program (11-23)
1.1.6. Vehicles & Equipment (24-27)
1 1.1.7. Methodology (28-33)
1 1.1.8. Project Management (34)
1.1.9. Assigned Personnel (35-37)
1.1.10. Program Monitoring (38-39)
1.1.11. City Resources (40)
1.1.12. Alternative Proposals (41)
1.1.13. Conflict of Interest (42)
1.1.14. Additional Data (43)
FORMS
Ciry of
SA TA CLARITA
1.1.3 Introduction
A general introduction and description of the proposal shall be provided. The format of the
introduction is at the discretion of the proposer.
Local & National Enforcement Expertise
ACE has over 60-years of experience leading major municipal
enforcement operations and has been proudly leading the City of
Santa Clarita Parking Enforcement program for the past 5 years. ,ppK®"`nAGMNr
City Ambassador Approach to Enforcement Services
ACE Enforcement Officers are trained to be empathetic and
educational when it comes to providing enforcement. We see
ourselves as helpful ambassadors of your city, not an antagonistic
force.
Experienced City of Santa Clarita Team
ACE currently has a team of strong Enforcement Officers in place led �!
by Field Supervisor Laura Vallejo who are committed to continuing to
deliver best in class service for the City of Santa Clarita.
&;AN 1A CLAR1 El
Comprehensive Experience with Your Scope of Work
Over the past 5 years of managing the Enforcement Operations for
the City of Santa Clarita, ACE has been able to get a very strong
grasp on the scope of work and requirements of the Enforcement
Operation and feels we will be able to build on our successes.
Customized Reporting Designed Specifically for Santa Operation Summary
Clarita
Using the Data -Ticket system and our proposed ALPR technology,
ACE will continue to deliver informative and insightful reporting to the
city.
Enforcement Technology Solutions
As part of our proposal, ACE is suggesting moving forward with
Vigilant Solutions ALPR equipment. This top -of -the -line equipment
will help us to capture more time limit and scofflaw violations in real
time.
Ciry of
SA TA CLARITA
1.1.4 Proposer Capabilities & References
Provide a summary of the firm's relevant background experience. Discuss the applicability of
such experience to this RFP. Include examples of projects completed for other agencies that are
of a similar nature and a contact person for each of those clients.
About ACE
73-Year Family -Owned History
Based in Southern California
1,000 Locations Coast to Coast
500,000 Parking Stalls
5,000 Team Members
$1 B Annual Revenue
Services and Expertise
'950
2020
YEARS OF INNOVATION
www.AceParking.com
Serving 20 Major
Markets & Growing
0
ACC o
0
o
00
Enforcement
Municipality
Not only is proper enforcement a revenue
— issue, it's a safety issue. ACE deploys the From airports to civic institutions, ACE has
L latest technologies & techniques to maximize the expertise to balance the regulatory
both. requirements with customer experience.
Commercial
For some of the largest corporations in �, Mobility Solutions
America, ACE is more than a parking When parking is just one component of a
manager. We're a revenue growth partner. ` journey, you need smart, effective solutions
that connect Point A to Point Anywhere.
apHospitality
We take the ti
provide your g
me and make the effort to
uests with a flawless
experience worthy of your brand.
Healthcare
I
When lives and health are on the line, a
flawless and efficient operation is critical. So
is willingness to help patients and families.
_ Consulting
In 70 years of business, we've seen just
0 about everything. If sound advice is what
you seek, we're happy to talk anytime.
Event
Based on a 20-year history managing events,
we have developed proprietary technology
solutions and service -centric procedures
Ciry of
SANTA CLARITA
1.1.4 Proposer Capabilities & References
Provide a summary of the firm's relevant background experience. Discuss the applicability of
such experience to this RFP. Include examples of projects completed for other agencies that are
of a similar nature and a contact person for each of those clients.
ACE has built a reputation over the last 60 years of providing efficient operations and innovative
consulting services for dozens of municipalities across the country. Our municipal experience
started with the City of San Diego, a relationship which has continued without interruption for
the past 60 years. ACE's portfolio of municipal clients has grown to include over 40 operations
throughout the country and includes extensive experience managing portfolios and
enforcement operations similar to the City of Santa Clarita.
SAUS
The City of
y
SAN _ �Isc�..��,� u o � r.
DIEGOJ CHULAVISTA� SANFRANCISCO as 6P
��� DD
City of
/ it SANTA GLARl'lt1
City of Phoenix City of Dallas
III,& TRINITY
SANDAG sP � SAN DIEGO/TS TEX t }R� a1
if °1il\\Wqr
Long -Term Municipal Partners
60(2020
YEARS LYEARS YEARS
The City of
SA
DIEGUJ
City of Phoenix
City of Dallas
Additional references forACE's municipality experience is available upon request.
ACE Enforcement Division & Expertise
Since the opening of our first location back in 1950, ACE has grown
our Enforcement Division to address the unique and specific needs
of our municipal and private client partners. Our Enforcement
Division, led by Brian Tarbell, Vice President, a retired San Diego
police officer who specializes in providing non -gated controls,
enforcement, and administration solutions supporting a portfolio that
includes over 50,000 spaces with a team of 35 employees and a
fleet of 15 vehicles.
Enforcement Clients
Ciry of
SA TA CLARITA
■11Nwt SaFd-TWFNI 2 F.
_ ha
B i kin Tau Dell with an AC E
E nfoi c em ent veh isle
�,lilf
(:ra). ol ..` ---
SANTA CLARITA/ -P>.I,.
CHVIAVISTA
The City of
SAN ■■ Microsoft r�r
DIEGO "�
ZD#13City of Dallas0
e Ill/o
TOM 0 IRVINE COMPANY 1111116 WAK FIIELD
Si- 1864
CBRE OOMeta Q0)J L L AL EXAN .R
Private Enforcement Expertise
The City of San Diego
SAN ACE's commercial parking enforcement in San Diego covers 60 parking
DI EGO facilities and over 6.000 parkina spaces.
Northern California
rho The Presidio Trust includes enforcement of over 3,300 stalls
encompassing 8 zones and supported by 141 pay -and -display machines.
Pacific Northwest
■�We operate the Microsoft Campus with two enforcement vehicles outfitted
Micr fk in the latest License Plate Recognition (LPR) hardware and software. The
expansive campus covers 500 acres and has a 6, 500-vehicle capacity.
Ciry of
SA TA CLARITA
1.1.4 Proposer Capabilities & References
Our team members are our greatest strength, and our client partners are our strongest motivators.
We're proud to have established, long-term partnerships with cities throughout Southern California.
City of Santa Clarita
ACE Operated: 2010 - Present
Contact:
Tracy Sullivan
Community Preservation Manager, City of Santa Clarita
23920 Valencia Boulevard
Santa Clarita, CA 91355
(661) 255-4960
tsullivan@santa-clarita.com
Description: ACE provides citywide enforcement services that cover 73 square miles. Using 3
enforcement vehicles and 10 employees, the ACE team also provides traffic control,
abandoned vehicle detail, and the reporting of related activities including unlawful activities,
hazards, and parking issues. Our Santa Clarita Enforcement team is trained in customer
service and conflict resolution to ensure they are fully prepared in the areas of parking control,
public contact protocol, knowledge of their assigned patrol areas, and personal and vehicle
safety.
During the first year of operations in 2018, the ACE Enforcement Team issued 24,286 citations
and towed 947 vehicles, exceeding the City's expectations and prior operator performance by
over 40% while improving customer service. Over the course of our 5-year contract, the Parking
Enforcement team has continued to stay diligent in our approach and dedication to improving the
quality of life in the City of Santa Clarita by enforcing state and City vehicle regulations with
empathy and integrity, all the while navigating Covid protocols and reduced proactive
enforcement. In 2022, our staff responded to 10,108 parking -related requests, a 31% increase
over 2021, issued 22,023 parking citations, and towed 468 vehicles.
Ciry of
SA TA CLARITA
City of Palm Springs
ACE Operated: 2013 - Present
06�w gyp , c4
Contact:
Patrick Clifford
Executive Program Administrator, Department of Special
Program Compliance
(760) 323-8256
patrick.clifford@palmspringsca.gov
Description: ACE provides enforcement for 16 streets and 7 city lots in downtown Palm
Springs. Enforcement hours are from 12pm - 8pm, seven days per week. We perform parking
law enforcement, customer service for parkers who need to resolve parking issues and
manage the general parking area maintenance. In addition, ACE manages 939 parking stalls
over three self -parking facilities at the Palm Springs Airport. We also provide management of
all Ground Transportation Dispatch Services for all taxis and shuttles for hire and oversee
traffic enforcement for the entire airport. Annual revenue from the parking operation is
$2,900,000 annually with an additional $15,000 in ticket revenue. The local business
community has welcomed and appreciated ACE's service -oriented approach to enforcement.
City of Chula Vista
ACE Operated: 2010 - Present gym:
CHULAVISTA
Contact:
Meya Alomar
Revenue Manager
City of Chula Vista
276 4th Avenue
Chula Vista, CA
(619) 585-5688
malomar@chulavistaca.gov
Description: 500 single space meters and 11 surface lots with pay stations. Enforcement
hours are Monday — Saturday, 9am — 6pm. ACE performs meter collection, parking law
enforcement customer service for parkers who need to resolve parking issues and manages
the general parking area maintenance. In addition, monthly and weekly reporting on parking
revenue and statistics is provided to the City of Chula Vista. The City has acknowledged a
significant improvement in service and financial performance over their previous in-house
operation.
1.1.5. Objective, Scope & Work Program
Proven Track Record with Your Scope of Work:
ACE Parking feels very strongly that we are the perfect
parking operator to continue managing the parking
enforcement operation for the City of Santa Clarita. For the
past 5 years, ACE has been able to cultivate a seamless
working relationship with the city and truly feels dedicated
to the goal of helping to improve the quality of life in Santa
Clarita.
Community Ambassador Approach to Enforcement
As laid out in our proposal to follow, you will learn a bit more
about the customer service focused approach ACE Parking
takes with all of our operations, the City of Santa Clarita
enforcement included.
Enforcement Technology Expertise
Our staff, led by Field Supervisor Laura Vallejo, is
experienced with all current technology, including the Data
Ticket Handheld Citation system and all have a master level
understanding of the parking enforcement code and tow
requirements.
Ciry of
SA TA CLARITA
aim I
SANTA CLARITA
Laura Vallejo
Your Field Supervisor
0 �e ���•^,P^^•� Vehicle Hit Report
�«A LI.— Plate N.—:5Wd1]d3
Ciry of
SA TA CLARITA
1.1.5. Objective, Scope & Work Program
Supervision of the Work Program:
Tom Pesce, Vice President of Operations for Los Angeles and Orange County
will serve as ACE Parking's designated Contract Executive with Field
Supervisor Laura Vallejo managing all day-to-day operations on the ground.
ACE will have additional oversight from Vice President of Enforcement
Operations, Brian Tarbell.
Ciry of
SA TA CLARITA
1.1.5. Objective, Scope & Work Program
ACE Parking takes great pride in playing the role of helpful ambassador in our
enforcement operations. Our Enforcement Officers will be able to complete the
required tasks including but not limited to the following:
Regular Duties:
Patrol City streets, City facilities, City parking structures, recreational areas, and any City
designed private locations via ACE Parking provided vehicles (vehicles equipped with
License Plate Recognition (ALPR) hardware and software), with primary responsibility for
enforcing City, State, and Federal parking laws and regulations;
Enforce and issue parking citations for vehicles in violation of City, State, and Federal
parking laws and regulations;
Tow vehicles for reasons per the California Vehicle Code and City Municipal Code.
Complete required vehicle inspection reports, daily activity reports, Resident Service
Center response reporting, parking enforcement improvement forms, and all other parking
enforcement related forms as required by the City.
Assist with the enforcement of private property parking regulations, enforcement of
regulations in parking facilities, and assisting with public service (as needed).
Provide a high level of customer service as needed to give directions, information, phone
numbers, etc.
Attend internal and public meetings as required and Provide special event coverage.
Participate in any hearing process or subsequent process involving a contested or
challenged parking citation or incidents involving assigned officers.
Respond to citizen requests for enforcement, such as blocked driveways, fire hydrant, and
abandoned vehicles.
Ciry of
SA TA CLARITA
1.1.5. Objective, Scope & Work Program
Scofflaw/Abandoned Vehicle Detail:
Scofflaw enforcement primarily involves identifying vehicles that can legally be towed for
five (5) or more delinquent parking citations, filling out the necessary impound forms, and
coordinating the removal of vehicles with the City's towing Contractor. Scofflaw
enforcement is supported using ALPR hardware and software discussed in this RFR
Locate, report, and appropriately mark any vehicle with a potential to be impounded as a
result of the vehicle having a specified number of delinquent parking citations and/or for
laws pertaining to potential abandoned vehicles.
Coordinate towing, and all associated paperwork, for scofflaws and abandoned vehicles
per California Vehicle Code requirements.
Traffic Control
ACE Staff can also be called upon to assist the City and Los Angeles County Sheriff's
Department in controlling traffic for special events and during power failures and other
emergencies which affect traffic signals. Our staff will be responsible for ensuring that
parking enforcement staff are adequately trained by a qualified agency to safely conduct
traffic control.
Ciry of
SA TA CLARITA
1.1.5. Objective, Scope & Work Program
Related Activities:
Report any unlawful act or any condition or deficiency which may pose a hazard or a
danger to the general public.
Report parking issues, vandalism, sign and curb marking deficiencies or conflicts.
In the event of a major emergency or natural or man-made disaster, ACE shall make
available its personnel, transportation and communication resources for emergency
assistance as requested by the Community Preservation Manager or designee. If such
service requires hours in excess of the base requirement, the City will pay for the
services on an overtime basis.
Summary
With our current team in place led by Field Supervisor Laura Vallejo, ACE Parking feels very
confident that we will be able to grow and expand our relationship with the City of Santa Clarita.
We have a strong understanding of the City Code, and our team has risen to the occasion
consistently to deliver positive results. On the following pages, please find a sample schedule
for our Enforcement Officers and Field Supervisor, as well as sample reporting we currently
provide the city, and additional reports for the Vigilant Solutions ALPR equipment we are
proposing to move forward with. Vigilant is able to meet and exceed all requirements as laid out
in the RFP for ALPR equipment.
Ciry of
SA TA CLARITA
1.1.5. Objective, Scope & Work Program
Describe the overall approach to providing the services required. Describe the specific work or
tasks to be performed, including but not limited to personnel schedules, supervision, and
reporting
Proposed Personnel Schedule:
MONDAY - FRIDAY
POSITION
Supervisor
AM NOON
2 3 4 5 6 7 8 9 10 11 12 1 2
PM AM Hours
3 4 5 6 7 8 9 10 11 12 1
Per
Day
FTE
PTE
AM PEO
AM PEO
Swing PEO
Swing PEO
GraveyardField
•
■■■■■■■■■■■■■■■
'�®�1
��
Total Hours Per Day
48.0
SATURDAY-SUNDAY
POSITION
AM PEO
AM
2 3 4 5 6 7 8 9 10
NOON
11 12 1 2
PM AM Hours
3 4 5 6 7 8 9 10 11 12 1
Per
Day
FTE
PTE
AM PEO
Swing PEO
Swing PIED
EW
Total Hours Per Day
40.0
Breakdown:
ACE is proposing the above weekly schedule which would see Enforcement
Officers on shift 24/7, including holidays. Our Field Supervisor will be in the
office during business hours Monday through Friday from 8am-5pm, but
available for all after hours emergencies should they arise.
Proposed Wage Rates:
Field Supervisor: $31/hr
Enforcement Officers: Starting Wage of $20/hr and $21/hr for Graveyard
Health Benefits:
ACE's cost proposal assumes health benefits for 7 Full Time Employees.
Y
Ciry of
SA TA CLARITA
Reporting:
ACE utilizes the most advanced technologies in all our operations, which is
especially important for Enforcement. For accuracy and tracking purposes, all
citations are processed digitally with our team members recording location,
vehicle information, and violation reasoning.
ACE is currently using Data Ticket to issue and track our citations for the City of
Santa Clarita and feels very confident in continuing to use this vendor for
citations.
On the following pages are examples of current reports ACE provides to the
City of Santa Clarita, as well as additional examples we use for reporting,
statements, and analysis for other clients.
Vigilant is the preferred ALPR equipment provider ACE is proposing to utilize,
and on the following sample reports you will see the Vigilant ALPR process at
work as it regards capturing violating vehicles.
Operation Summary
Violation Summary
Officer Summary
Ciry pf
SA TA CLARITA
Reporting:
Below is a summary report that we are currently sharing monthly with the City of
Santa Clarita as it pertains to our violations issued and tow services performed which
includes year-to-date statistics. ACE keeps track of citations and tows by employee
to ensure that our officers are held accountable and are performing to the standards
established by the City of Santa Clarita:
City of Santa Clarita
Parking Enforcement
7; 2n 22- &2023
Total Citations by Month
Nbnth Total Citations Daily Average
Taws
72 hour
S—Rh-
Narzard
Expired Reg Blocking DEW
Other
July 1889 fit
50
0
0
0
0�
August 1980 64
64
0
0
0
0
0 0
September 194d 6S
50
9
0
0
0
0 0
0 ctober 2302 74
44
0
0
0
0
0 0
November 2171 72
29
0
0
0
0
0 0
Dumber 19M fit
28
0
0
0
0
0 0
January 1368 &0
32
9
0
0
0
0 0
February 1501 53
41
19
6
1
12
1 0
M arch
April
M ay
Total Citations By Officer
July
August
5eprenber
October
Noember
December
January
February N�rch April May June
E ric Wri nkle`
233
261
291
316
223
348
257
189
Lairs Vallee`
104
93
4
9
14
0
5
1
H ellvn Lo pez
247
345
391
433
346
226
296
203
AndrewWirter'
303
354
235
195
178
225
164
144
'I areas Smith'
329
39
0
0
0
0
0
0
Jests Fran.
135
102
96
106
41
50
49
64
Cynthia. Andrade`
242
268
307
335
279
240
250
220
J Dsh ua E.pi noza`
0
140
260
273
257
221
2z2
219
Can en Benitez'
292
351
446
557
454
421
553
397
Jorge Guzman
0
0
0
27
0
0
0
0
Manuel Flesher
0
0
0
0
103
97
71
64
G earge Marquez
0
0
0
0
276
95
0
0
Other l Vo luteers 4 17 4 1 0 0 0 0
July August September October November December January Feb—y WFu h April Pwbn June
Total Tors ByO it
E ric Wri nkle`
7
17
17
12
6
5
7 11
Lana Vallee•
10
15
0
0
0
0
0 1
H ellyn Lopez
8
11
8
11
2
6
8 5
AndmwWirteP
0
3
0
0
0
0
0 0
1.1 areas. Smith`
11)0
0
0
0
0
0 0
J esus Franca
5
3
2
2
1
2
2 2
Cynthia Andrade`
5
8
5
6
1
2
4 2
Joshua Espinoza
0
2
3
8
8
12
4 9
Can en Benitez'
5
5
15
5
9
0
7 9
Jorge Guzman
0
0
0
0
0
0
0 0
h�lanuel Flesher
0
0
0
0
1
1
0 1
G eo rge Marquez
0
0
0
0
1
0
0 0
*Fail Time
Ciry of
SA TA CLARITA
Reporting:
Violation Statistics: The below is a report we share that breaks
down the number of violations issued by type for the city
Parking Violation Statistics by Month Report Santa Clarita
Date Ran
e: 0]/Ol/2022-02/28/2023
CVC21211(a)
PARKED ON BIKE PATH
IN
0
•
0
0
O
2
O
0
Oct
0
•
0
• 0
2
CVC22500(A)
PARKING WITHIN INTERSECTION
37
23
0
0
0
0
37
23
41
43
56
43
303
CVC22500(B)
PARKED WITHIN CROSSWALK
0
O
O
0
O
O
O
O
1
2
3
1
]
CVC22500(E)
OBSTRUCTING DRIVE
39
38
0
0
0
0
70
37
47
46
53
33
363
CVC22500(F)
PARKING ON SIDEWALK
14
6
0
0
O
O
11
19
15
12
14
8
99
CVC22500(H)
DOUBLE PARKED
1
6
0
O
O
O
6
3
1
1
1
1
20
CVC22500(I)
PARKING IN BUS ZONE
13
1
O
0
O
O
8
11
8
16
17
6
80
CVC22500(K)
PARKING ON BRIDGE
O
0
O
O
O
O
1
O
0
O
O
0
1
CVC22500(L)
BLOCKING DISABLED ACCESS RAMP
30
6
O
O
O
O
5
4
6
11
10
11
63
CVC22500.1
PARKING IN FIRE LANE
78
50
O
0
O
0
67
42
41
]i
70
51
470
CVC22502(A)
18" FROM CURB
9
16
0
O
O
O
40
43
30
34
83
30
285
CVC22502(E)
18" FROM CURB - ONE WAY STREET
O
O
0
0
O
O
0
O
0
0
5
O
5
CVC22507.8(A)
PARKING IN HANDICAPPED SPACE
136
87
O
0
O
O
45
28
78
]]
76
103
630
CVC22507.8(B)
OBSTRUCTING OR BLOCKING
HANDICAPPED
O
0
O
0
O
O
1
1
0
1
2
0
5
CVC22507.8(C)
PARK ON LINE MARKINGS
HANDICAPPED
12
6
O
O
O
O
9
2
6
8
17
18
78
CVC22511.1(A)
PARKING, ELECTRIC VEHICLE SPACE
9
6
0
O
O
O
O
O
1
4
5
31
56
CVC22S14
FIRE HYDRANTS, 15 FT
256
20D
O
ol
O
O
142
130
159
249
237
213
1586
CVC22522
PARKING W/IN 3' SIDEWALK ACCESS
RAMP
9
5
O
O
O
O
4
6
6
6
9
4
49
CVC22526
2ND OFFENSE ANTI -GRIDLOCK ACT
O
O
O
O
O
O
O
1
O
1
O
O
2
CVC22526
ANTI -GRIDLOCK ACT
1
O
0
O
O
O
O
O
0
O
O
O
1
CVC4000(A)
EXPIRED REGISTRATION
O
1
O
O
O
O
O
O
O
O
S
0
6
CVC4000.4(B)
UNREGISTERED CALIFORNIA-BASED
VEHICLE
3
O
O
O
O
O
0
O
0
O
23
14
40
CVC4457
MUTILATED/ILLEGAL LICENSE PLATE
O
O
O
O
O
O
2
1
0
O
O
1
4
CVC4462(B)
UNLAWFUL DISPLAY OF REG./PLATE
O
O
O
0
0
O
O
O
0
O
O
1
1
CVC5200
DISPLAYING OF LICENSE PLATES
22
18
O
O
ol
O
14
48
36
60
46
23
267
CVC5201
POSITION OF LICENSE PLATES
O
O
O
0
O
0
0
O
2
1
0
0
3
CVCS201(F)
PLATES CLEARLY VISIBLE
1
O
0
O
O
O
1
2
1
O
O
1
6
CVC5202
NO LICENSE PLATES DISPLAYED
2
8
0
0
O
O
26
16
25
22
23
10
132
CVC5204(A)
MISSING/EXPIRED TABS
141
118
0
O
O
O
126
1,
146
190
114
149
114E
SC MC12.20.0]0
FAILURE TO OBEY SIGNS
371
263
O
0
O
O
303
306
339
373
387
381
2723
SC MC32.20.130
PARKING SPACE MARKINGS
60
39
O
O
O
O
23
34
20
88
57
47
368
SCMC12.64.020
PARKING LOADING ZONE
0
O
0
0
0
O
12
0
0
O
1
0
13
SCMC32.64.040
PARKING, AT MAIL BOX
1
O
O
0
O
O
6
O
0
O
O
2
9
SCMC12.64.050
NO COMM. PARKING -RESIDENTIAL
ZONE
]
8
0
0
O
0
21
14
25
30
12
14
131
SCMC12.64.055
NO COMM. PARKING 30PM - 6AM
O
O
O
O
O
O
1
O
0
O
O
O
1
SCMC32.64.300
PARKING, DISCONNECTED TRAILER
15
19
O
0
O
O
50
26
39
22
28
24
223
SCMC32.64.130
PARKING, BUS LOADING ZONE
O
O
O
O
O
O
15
27
25
16
141
3
100
SCMC12.64.130
NO PARKING, ALLEYS
17
30
0
O
O
O
28
27
6
4
19
14
125
SCMC32.64.200
VEHICLES PARKED OVER 72 HOURS
459
433
O
O
O
O
614
718
590
675
463
502
4454
SCMC32.64.210
KEY IN IGNITION/UNATTENDED VEHICLE
O
O
0
O
O
0
1
O
2
O
O
O
3
SCMC32.64.230
PARALLEL PARKING OVER 18 FROM
CURB
O
2
O
O
O
O
O
12
1
2
O
O
17
SCMC12.64.240
ANGLE PARKING
0
3
D.
O
O
O
3
1
1
2
1
4
15
SCMC12.64.250
DOUBLE PARKING
O
O
O
O
O
O
O
1
O
0
2
O
3
SCMC12.64.255
PARKING AGAINST RED CURB
63
54
0
0
O
G.
32
51
56
61
127
60
504
SC MC32.64.260
COMMERCIAL VEHICLE PROHIBITION
0
O
O
0
O
O
O
O
0
1
1
O
2
SCMC12.64.265
POSTED NO PARKING ANY TIME
0
O
0
O
O
O
O
1
O
O
O
O
1
SC MC32.64.270
PKG PVT/PUB PROP W/O CONSENT
O
O
O
O
O
O
4
12
4
1
O
O
21
SC MC32.64.280
PKG WRONG SIDE OF STREET
14
14
0
0
O
O
18
19
11
19
28
18
141
SC MC32.64.300
BLOCKING ON HIGHWAY
O
O
O
O
O
O
O
O
O
O
O
1
1
SC MC32.64.320
PARKING, DRIVEWAY
1
O
0
0
O
0
20
18
12
2
10
0
63
SCMC32.64.330
PARKING IN INTERSECTION
2
1
0
O
O
O
4
3
5
O
6
O
21
SCMC1214.340
PARKING VEHICLE FOR SALE
21
131
O
0
O
0
16
36
23
43
19
12
183
SCMC12.64.370
PARKING, FIRE HYDRANTS
O
1
0
O
O
O
23
22
36
37
38
13
170
SCMC32.64.390
PARKING, ASSIGNED PARKING SPACES
15
18
O
0
O
0
41
17
49
411
58
40
279
SCMC32.76.020
CLOSED S
O
O
O
0
4
SCMC12.76.080
VEHICLES ON SIDEWALK
2
o
o
o
o
o
2
iO
O
1
1
6
SCMC32.76.120
REPAIRING VEHICLES
31
6
2
1
1
17
SC MC 12.94.020
OVERSIZED VEHICLE PARKING
26
27
0
0
O
O
35
53
45
32
37
34
289
Totals:
1868
1501
0
0
O
O
1893
1984
1945
2306
2179
1923
15599
Ciry of
SA TA CLARITA
Reporting:
Officer Summary Report: This report demonstrates each
violation issued by a specific officer and provides the code
broken by the violator:
affirm Silama—RPn.A
-nay 1la'4.
ARBUCy
Santa Clariia
BOfte
014
M
Jesus Franco
SCL210022589
2023102/02
23:08 CA
WINE
FORD
23973 ARROYO PARK DR
Closed
$00D
CVC22514
Santa Clariia
014
Jesus Franco
SCL210022604
2023/02/03
18:16 CA
FORD
28117 LAV€DAAV€
Open
$6600
SCMC12. 54.240
Santa Clariia
014
In —Franco
SCL21LOO22784
2023102/10
20:02 OK
FORD
23562 HAJADA DR
Warn
$0.m
SCMC12.54200
Santa Clariia
014
Jesus Fra—
SCL21OD22579
2023/02/02
15:47 CA
INFI
20010 CH RISTO PH ER LN
Open
$7LOO
CVC22500�Ej
Santa Charity
01.4
Jesus Fra nco
SCl21OD22605
2023/02/03
18:50 CA
BMW
18349 SIERRA HWY
Warn
$U.00
SCMC12.64.200
Santa Clariia
014
1—Franca
SCL210022587
2023/02/02
22:36 WA
SUBA
227178TH ST
Closed
$0.00
CVC22500[A)
Santa Clarity
014
Jesus Franco
SCL200029797
2023/02/17
21:39 CA
GMC
27640 NUGGET DR
Warn
$O.WSCMC32.64.200
Santa Cla rita
014
Jesus Franco
KL210022581
2023/02/02
18:C2 CA
HOND
23700 VALLE DELORO
Warn
$0.00
SCMC12.54.200
Santa Clarity
014
Jesus Franco
SCL210022508
2023/02/03
19:02 CA
TOW
18349 SIERRA HWY
Closed
$(LAO
CVC5204(Aj
Santa Clariia
014
Jesus Fr.—
SCL200029936
2023/02/24
17:32 CA
AMCLP
17270 MFFCHELL DR
Hold
$7&00
CVC52"A)
Santa Clarity
014
Jesus Franco
SEL210022782
2023/02/10
20:03 OK
FORD
23662 BAIADA DR
Cl—d
$t1.005CMC12.64.050
Santa Clariia
014
Jesus Franca
SCL220031234
2023/02/091
22:04 CA
MERZ
26557 OAKDALE CANYON LN
Closed
$00.00
CVC22500{Ej
Santa Clarity
014
Jesus Franco
SCL200029929
2023102123
20:17 CA
CHEV
29230 ABE DA RD
Warn
$0.00
SCMC12. 64.200
Santa Clariia
014
Jesus Franco
SCL21OD22517
2023/02/03
22:59 CA
COACH
25921 OUVAS PARK RD
Closed
$0.008CMC12.54.100
Santa Clarity
01.4
Jesus Franco
SCL210022788
2023 02 10
20:43 CA
TOW
27949 TYLER LN
Closed
Sa00,CVC22WQ
Santa Clariia
014
Jesus Fr—.
SCL210D22589
2023/02/02
22:57 CA
TOW
NEWH ALL AVE& L9FH ST
Open
$97.00
CVC22514
Santa Clarity
014
Jesus Franco
SCL210D22613
2023/02/09
21:49 CA
LEICS
21215 BOTTIETREE W
Closed
$0.00
SCMC32.20.070
Santa Clariia
014
Jesus Fra—
SCL200029799
2023/02/17
22:55 CA
DODi
19214 AM E RI CAN BEAUTY DR
Closed
$0.00
CVC22500.1
Santa Clariia
014
Jesus Fra nco
SCL200029937
2023/02/24
18:04 CA
FORD
18009 SIERRA HWY
Open
$7&00
SCMC12.64.200
Sa n to Cla riia
014
Jesus Franco
SCL210022603
2023/02/03
17:57 CA
BMW
17596 MEDLEY RIDGE DR
Warn
$0.005CMC12.54.200
Santa Clarity
014
Jesus Franco
SEL210022609
2023/02/03
21:03 CA
TOW
27520 SIERRA HWY
Open
$434,00
CVC22507.8[A}
Santa C1a0a
014
Jesus Fra nca
SCL220031239
2023/02/09
23:41 CA
TOW
27116 WESTVI EW IN
Open
$9&00
SCMC32.20.070
Santa Clariia
014
Jesus Franco
SCL200029791
2023/02/17
15:36 IL
TOYT
25066WALNUT ST
Closed
$O.005CMC12.64.280
Santa Clariia
014
Jesus Franco
SCL20OD29932
2023/02/23
21:04 CA
CHEV
21215 BOTTIETREE IN
Open
$65.00
SCMC12.20.070
Santa Clarity
014
Jesus Franco
SCL21OD22783
2023/02/10
18:56 CA
TOW
18929 MANDAN ST
Closed
$O(10
CVC22514
Sa n to Cla riia
1014
1 Jesus Fra nca
SCL2000297SS
2023/02/17
22:51 CA
FORD
19168 SU NDOWN E R WAY
Open
$85.00
CVC22500.1
Santa Clarity
014
In -Franco
SCL200029939
2023/02/24
21:25 CA
NISS
19769 ELIZABETH WAY
Hold
$72.03
CVC22514
Sa r to Cla rita
014
Jesus Fra—
SCL200029938
2023/02/24
19:46 CA
CHEV
20305 RU E CR EVI ER
Open
$6&O0
SCMC12.20.070
Santa Clarity
014
In— Franca
KL210022502
2023/02/01
17:19 CA
TOYF
OLD SPANISH TR &STOVER FLAT CT
Closed
%00
CVC22514
Santa Clariia
014
Jesus Era—
SCL220031229
2023/02/09
17:33 CA
FORD
25100 SPRINGFIELD Cr
Warn
$0.00
SCMC12.54.200
Santa Clarity
014
Iesu s Franco
SCL220031235
2023/02/09
22:27 CA
HOND
24424 LEONARD TREE IN
Open
$87.00
CVC22514
Santa Clariia
014
Jesus Fra—
SCL210022583
2023/02/02
19:44 CA
ISUZ
24237 RACE ST
Warn
$0.0D
SCMC42.54.200
Santa Clarity
014
Jesus Franco
SCL210022596
2023102102
22:15 CA
RMW
21514 DEPUTYIAKE DR
open
$9&00
SCMC12.20.070
Santa Cla vita
014
Jesus Franco
SCL21OD22512
2023/02/03
21:46 CA
HOND
21215 BOTTIETREE IN
Closed
$0.00
SCMC42. 20D70
Santa Clariia
014
Jesus Franco
SCL220031236
2023/02/09
22:35 CA
JEEP
23775VALLE DELORO
Open
$7L00
CVC22500(E�
Santa Clariia
014
Jesus Franco
SCL220D31237
2023102/09
22:37 CA
MERZ
23769 VALLE DEL ORO
Open
$84.00
SCMC12.54.255
Santa Clarity
014
Jesus Fra nco
SCL210D225M
2023/02/02
21:03 CA
TOW
19295 SOIEDAD CANYON RD
Closed
$O(10
CVC22514
Santa Clariia
014
Jesus Fra—
SCL210022585
2023/02/02
21:17 CA
TOW
19100 SOlEDAD CANYON RD
Open
697.00
CVC22514
04-'N City Of
W SANTA CLARITA
Reporting:
Top 5 Violations Report: This report demonstrates the top
Violations issued by Amount shared each month with the city
Tap V-ht... R.p.,t
VEHICLES MRKED OVER 72
.1.
F—U-0 OBEY SIGNS
1-1.
11.1 HYDRA—, IS F�
C.C—C,
PARKING IN HA.DI--FD SPACE
S-1-4 2-
PARKING AGALINST RED CURB
—1. 1
PARKING IN FIRE -Ml
S-12.2D 13D
PARKING SPACE MARKINGS
—1-UCTING D-1
SC-1-4
DreD.aR
,Dew no;
:Dma.wi
Dram
"—S.(A)
PARKING WITHIN INTERSECTION
S-12.64 I-
—KING, DISCONNE—D TRAILER
S-11—
—KINC,ASSIGNED PARKING
F-DES
gwew
C.CS2.0
D—ING OFUMNSEPL—EE
j
oxfA)1.
FROM--
E-1-4 IS.
PKG WRONG SIDE Of STREET
14D
PARKING VEHICLF FOR SALE
SIMC12.64 13D
NO PARKING, ALLEYS
11"112,14
C.—I
NO COHM PARKING RESIDENTIAL
CONE
NO LICENSE PI-ft-S DI—ED
Z
tYsa-
Se.
EVI2]511 ICA)
BARKING. EI-EMIEVEHICLE SPACE
I —SC, B(C)
HAND ICAPFMARKINGS "'
DLO CKI NG DISABLED AEC ES 5 RAND
DOUBLE lARKED
C—SOC(')
PARKING ON SIDEWALK
CVC—
�LRKINGWJIN3 K—ACCEFS P
:11::,614 241
"D
ANGLEPARKING
PARALLEL PARKI W OVER 1B FROH
li—011
11-1-0 I'D
REMIRINGVEHTCLES ON STREET
Dssao
5114112.64 37D
PARKING, FIRE —RANTS
4'D
SCM112.64 33D
PARKING IN INTERSECTION
--..(A)
E—RED REGIS—FIM
Ev—g)
PARKING IN B. —E
0 Agllant CllentPoftl Vehicle Hit Report
License Plate Number: SW41743
nNeCUM wvpkv Vehicle Images
W�O,Lum11
�itr MLrN'�
w
Fa+t € S�wfl
K
: Si
a
{ LI
ys Aa
M i
Nearest Address:
582 S Coaet Hwy M
Encinitas, CA 92024
Nearest Intersection: S Coast Highway 101
W E St
aisdairrrer: The address listed above is ONLY an
esbumite.
_T .ALE-E'tiG — CA
E't 6—Qr J—J E.1ffi
:Vx 4e[pe9 a:{M
ehi de Spotted:
EM 12-07-22 at 155:10 PM PST
tetectiorl [late
Vehicle Info
Camera Info
Paste #E 1-. t iM1743
Sne= AGE - F-ngnt}5 iCA)
Date- 12—U7-22
User Me $arnea
Time: 3.55:10 PM
System: CAR 1
Lora rkx , -1172WW5
C.affwra: Bight FnDM
Latitude= 33.044W
Type; GUMS Mobil* Camwa
Valuated; WA
Hat List data
Atarm
Record detail
Hat Plate: WA
Rec+ard I0: rtA
.Alert mired Parking
dale: MA
SratLl: WA
VIN- WA
Type Exact N1alch
Owner VA
Makea7LloCW nL'A
0 aworOROLA - ..
City of
SA TA CLARITA
1 Vigilant CIierltPortall Vehicle Hit Report
Location lnfa
Locations Enforcement Hours Authorized List Assignment
Nanre: ZONE 2 ENCINITAS Monday: 7:O0AM - OLD PM NotArrailahle
DOWNTCAVN A Tuesday: 7:00AM - 6:O0 PM
Boundary Wednesday: 7:00 AM - 6:DC F A4
Thursday: 7:OO AM - 6:GC F K1
Friday 7:00AM-6:OCFKI
° Saturday 7:00 AM - 6:GC F hI
r� Sunday 7:01) AM - 6:01) PM
II �
g
Authorized List date
Authorized List Source: WA
Digital Chalking - Initial detection
Vehicle Info:
Plate SN41743
Date 12-07-22
Time 1-43:D7 PM PST
C—hod ey:
a*: AGE -EnGnta. iG&:
51t Mwage: "Td ESPM
Date GrBWed: Q-88-22
Camera Info:
Camera
Right Front
Type
CDMS Mobile Camera
Longitude
-117.29378
Latitude
33.04492
Scanned By:
Site ACE - Encinitas (CA)
User Julie Barnett
System CAR 1
Time between detections: 2 hours 12
mirttrtes 2 seconds
Plate
Date
Time
Longitude
LaUhide
City of
SA TA CLARITA
Rule Set
Digital Chalking Alert
[x] Ater, on d upl ieates greater Char
2 hour(s) 0 minutes apart within a
12 hour period
SW41743
12-07-22
3:55:1a PM PST
-117.29375
33-04496
morn ojLA SOLUTIONS
Ciry of
SA TA CLARITA
1.1.6 Vehicles and Equipment
Provide detailed information regarding the vehicles and equipment to be assigned, including the
capabilities of the ALPR equipment.
ACE has provided system details and pricing (see the compensation section of our proposal)
for mobile ALPR which would utilize the Vigilant Solutions technology. Vigilant is a top tier
ALPR solution able to meet and exceed the requirements as laid out in the RFP. Genetec is
another ALPR system ACE works with in different markets and wanted to highlight as a
secondary option.MIN
Mobile ALPR Options.
Af VIGILANT
Customizable back office & alert system
Seamlessly integrates with current systems (Data Ticket)
Digital chalking automatically recognizes vehicles over limit
Share live & historical data to permissible users
Able to monitor minimum distance requirements for 72-hour violations
Sends instant alerts for scofflaw or hot -listed license plates to back
office and Enforcement Officers
Designed for use year-round in the coldest and hottest environments
Leverages the latest technology
Advanced reporting & analytic tools
Improves overall efficiency
Provides real-time insights
Digital chalking features
Ciry of
SA TA CLARITA
1.1.6 Vehicles and Equipment
Provide detailed information regarding the vehicles and equipment to be assigned, including the
capabilities of the ALPR equipment.
ACE has been using the Data Ticket system as the parking enforcement operator for the
City of Santa Clarita and feels very confident in continuing to use Data Ticket for our
violation processing. Below please find a breakdown of what the system provides:
Handheld Citation Device:
DATA TIC ET."t.
Live, Wirelessly Enabled Software — Citation data is transferred wirelessly to our solution.
Real -Time Scofflaw / VIP Alerts - Officers in the field can be notified by a visual and audible
alert when a license plate is a scofflaw (habitual offender) or is on a VIP list.
Prior Citation Look -up — Upon entry of a license plate that has been cited in the past, the
Officer will be alerted to the number of and types of violations issued in the past.
Integrated Recordings and Pictures — The android -based software solution includes the
ability to capture video, audio and pictures at the time the citation is transmitted.
GPS — Wirelessly enabled citation writers can utilize the built-in GPS capabilities that
provide for tracking of each device, as well as tracking and images of citation issuance
areas.
Warning / Courtesy Notice Citations — The Solution provides Officers with the ability to issue
warning or courtesy citations, as well as track those citations.
Issuance Mapping — Our Solution can track the issuance of citations and display that in map
format to understand what types of violations are being issued and where they are being
issued.
Ciry of
SA TA CLARITA
1.1.6 Vehicles and Equipment
Provide detailed information regarding the vehicles and equipment to be assigned, including the
capabilities of the ALPR equipment.
Enforcement Vehicles:
ACE currently has 3 White 2019 Toyota Prius vehicles with "City of Santa
Clarita, Parking Enforcement" logo affixed that we are using for enforcement
services. Due to the high mileage of these vehicles, ACE would like to update
our fleet to 3 brand new 2023 White Toyota Corolla Hybrid vehicles at an
estimated cost of $1,800 per month.
ACE would like to keep one of the Prius vehicles (with the lowest mileage) as a
spare, at no cost to the city, so that we can have an immediate available option
if maintenance is required for one of the new vehicles. This would allow us to
meet the requirement of having a backup vehicle ready to operate within 4
hours.
As part of our proposal, we are including the option for Vigilant Solutions to
mount new ALPR equipment onto our vehicles. This cost for 3 vehicles to be
equipped with ALPR cameras and new tablets is estimated at $72,240 (pre-tax)
for Year 1 which includes extended 4-year warranty. After Year 1, there will be
an annual recurring cost of $6,550 for software fees.
The mechanical maintenance and storage of the vehicles will be of paramount
importance. Frequent mechanical checks and pro -active maintenance will be
conducted by our staff and Field Supervisor. Any cause for concern will be
reported to the dealer for a professional assessment.
Ciry of
SA TA CLARITA
1.1.6 Vehicles and Equipment
Provide detailed information regarding the vehicles and equipment to be assigned, including the
capabilities of the ALPR equipment.
Enforcement Vehicles:
ACE Enforcement Officer with Vehicle
I
Ciry of
SA TA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
"Every Thank You Earned"
A City Ambassador Approach to Enforcement
In each of our operations across multiple divisions country -wide, ACE seeks to
truly live out our above company motto. Our enforcement operation for the
City of Santa Clarita is no different, and we take tremendous pride in the
helpful ambassador role we play for the city to continue to make Santa Clarita
a beautiful place to live.
Each of our Enforcement Officers undergo site specific customer service
training to ensure we are acting in the best interest of the City of Santa Clarita
and its residents. In our enforcement operations, we do not see ourselves as
an antagonistic force, but instead as willing and helpful representatives of the
city.
The first full week of training for a new ACE Enforcement Officer is not billed to
the city and encompasses an onboarding experience focused on shadowing
their peers and becoming acquainted with their city and surroundings.
We will continue to do our best to efficiently and expediently attend to all
Resident Concerns, as well as proactively work with visitors and residents to
make sure they are knowledgeable on the parking codes for the City of Santa
Clarita. The following is an overview of the Customer Service and Training
Methodology ACE Parking will continue to utilize for the City of Santa Clarita.
Ciry of
SA TA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
COMPREHENSIVE ENFORCEMENT TRAINING PROGRAM:
After completing orientation, each team member receives on the job training at
their job location. The enforcement officer is made familiar with their work
environment and taught the various policies and procedures of their job:
Executing established methods, practices, and procedures associated with parking
control and enforcement as well as public contact protocol.
Procedures and precautions related to safe operation of vehicles and familiarity with
California driving laws.
Enforce the municipal codes; direct vehicle and pedestrian traffic; provides
information on parking laws to the public and observe and report any suspicious
looking vehicles or activity.
Issue citations or warnings for violations of California Vehicle Code provisions and
parking control ordinances such as parking time limits zones, tow away zones and
loading zones
Learn to Empathize and Educate violating parties who receive tickets
Use a vehicle to patrol and to enforce parking laws and regulations.
Make court appearances as required.
Report damaged or inoperative traffic control equipment and hazards such as
broken sidewalks and pavement, etc.
Place identifying marks on parked vehicles and subsequently checks for these
marks as a means of identifying vehicles that are parked beyond the legal time limit.
Identifies illegally parked motor vehicles and attaches a warning notice, issues a
citation or impounds the vehicle.
Ciry of
SA TA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
ACE Training and Development:
ACE Parking has a series of training programs designed specifically for
enforcement and off-street parking professionals which focus on customer
service and the following:
o Specialized job training manuals
o Quarterly & annual training requirements
o Online self -directed learning programs
Our Field Supervisor conducts regular 1 on 1 ride along reviews with our
officers to view their field performance and address any service areas that
need improvement.
Many of our clients have site specific or corporate training programs, which
they ask our staff to participate in. ACE Parking welcomes this at any of
our operations.
Operations Manual:
ACE parking is well versed in developing Standard Operating Procedures
(SOP) for a wide range of operations. We currently have a Supervisor
and Enforcement Officer SOP manual that we would happily provide the
City of Santa Clarita upon award of the contract. The contents of the
manual will be reviewed with the City and approved prior to distribution to
staff members.
Ciry of
SA TA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
Conflict Resolution and De-escalation:
ACE specializes in training our Enforcement Officers to Empathize and
Educate.
We coach our Enforcement Officers to speak in a firm but calming tone
and relay the following:
"I can certainly understand how you feel. I would be upset if
received a ticket as well. However, the reason you received this
ticket is because .... If you feel you received this ticket in error, you
can follow these instructions to start an appeals process"
ACE's team will respond to any citizen complaint the same day or at a
minimum within 24 hours.
A 24-hour toll -free number will be provided to citizens to assist them if a
problem should arise. Ace has an administrator that answers these calls
and can ensure issues are addressed and resolved.
Uniforms:
ACE Parking will be able to outfit our Enforcement Officer's
with the appropriate uniforms while on duty and will not
allow any officer to work without a city approved uniform.
Ciry of
SA TA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
Personal Safety Training:
Employees undergo comprehensive personal safety training which teaches
employees the following:
Never jump in front of a moving vehicle to stop it.
Do not stand behind stopped vehicles. They may not be able to see you
if they back up.
Be aware of your surroundings at all times
Make yourself visible to other drivers.
Never stand in the way of traffic.
Always wear a reflective vest
Vehicle Safety Training:
SAFETY
FI4tST
Any employee who drives a vehicle for ACE Parking must complete driver
training on a one-on-one basis with their Field Supervisor before starting their
job. This training should be conducted throughout an 8-hour shift. Any
additional training that a driver receives is at the discretion of the Field
Supervisor.
The site -specific driver training familiarizes drivers with procedures and
safety hazards at each location. The driver is encouraged to familiarize
themselves with the operating manual for the vehicle they will be driving.
In addition, the driver will accompany the Field Supervisor and fellow
Enforcement Officers on ride alongs before they will operate the vehicle.
Ciry of
SANTA CLARITA
1.1.7 Methodology
Describe the methodology and techniques to be employed in carrying out the program.
Should radios be implemented, we will hold the following training.
Radio Training:
Enforcement Officers undergo Radio Training, which incorporates the following:
► How to check to make sure the radio is fully charged and in good working condition.
Notify the supervisor if a radio does not work and locate a replacement.
/ How to turn the radio on to the designated channel.
How to set the volume at a comfortable level.
► How to place the radio back in its charger at the end of the shift.
Radio Operator Best Use:
/ Talk across the microphone slanted toward the face about 5 inches away.
/ Use a normal voice. Do not shout.
/ Make sure the information that you broadcast is correct. Be exact in giving
locations, descriptions, etc.
/ Make all conversations short but complete. Do not use the radio as if it were a
telephone. Use proper codes and keep the broadcast simple.
/ Speak in a clear distinct voice. Do not mumble, talk in low tones or raise the pitch of
your voice. Do not talk too fast. Use your normal voice.
► Think before you speak so that your transmission will sound intelligent.
Refer to all officers and personnel by their call sign or number.
► Keep your composure. Do not display emotion by words or voice inflections that will
reflect excitement, irritation, disgust, or sarcasm. Watch your choice of words.
/ Be courteous. Monitor your radio before you start transmitting. Make sure no other
person is transmitting.
► Do not break in or disrupt on -going transmissions. Wait for your turn.
/ When using the radio, push and hold down the transmit button and wait at least a
second before you speak.
/ Always identify the person you are trying to reach first and then identify your call
sign before transmitting your message.
Radio Codes
10-4 Affirmative
10-9 Repeat
10-22 Disregard
10-6 Busy
10-17 Enroute or On the Way
10-23 On Scene
10-7 Going off duty
10-20 Location
Code 4 All Clear
10-8 On duty
10-21 Telephone
Code 7 Lunch Break
Ciry of
SA TA CLARITA
1.1.8. Project Management
Describe the proposed management structure and organization of contracting group. Discuss the
professional and academic backgrounds of principals and/or management personnel.
Brian Tarbell
Vice President of Enforcement
{ San Diego Police Veteran
QOiiCF
has 30+ Years Enforcement Experience
20,000 Parking Space Portfolio
Runs 24/7 Customer Support Call Center
1P5 Duncan Solutions
QCivicSmart �/�VIGIL-ANT
The City of ��t/� CITY OF
SAN DIEGO, r�as • CHULAVISTA �P� gyp , C�4 � SSAN DEca
Tom Pesce
Vice President, Los Angeles and Orange County
R 14 Years Parking Industry Experience
Oversees Daily Operations in Los Angeles Region
Reputation for High Attention to Detail & Exceeding
Clients' Goals
City °f
SA A CLARITA
� "VIGILANT
Ciry of
SA TA CLARITA
1.1.9 Assigned Personnel
Identify the front-line and supervisory personnel having primary responsibility for implementing
the proposal. Describe the responsibilities and capacity of each. If Officers and supervisors are
currently working for the Proposer, discuss their professional and academic backgrounds and
provide a summary of similar work they have previously performed. If fulfilling the requirements
of this RFP will result in the Proposer hiring Officers and supervisors, discuss in detail the
minimum qualifications required, recruitment and hiring process to be undertaken, and initial
training provided. List the amount of time, on a continuous basis, that each of the front-line,
supervisory, and management personnel will spend on this project. Substitution of project
manager and/or supervisory personnel will not be permitted without prior written approval of the
City.
" SANTA CLARITA
Laura Vallejo
Field Supervisor, City of Santa Clarita
3 Years with ACE
Responsible for all Hiring and Training of Parking
Enforcement Officers
Office Based out of City Hall in Santa Clarita
Works Directly with the Community Preservation
Manager and Senior Code Enforcement
Daily Duties Include: Monitoring all Citations for
Accuracy, Reviewing Resident Service Request
Responses, Following Up With Residents Regarding
all Parking Related Matters, Approving and Facilitating
the Towing of Vehicles, Providing Citation and Tow
Summaries, Assisting with Traffic Control, and More
Ciry of
SA TA CLARITA
1.1.9 Assigned Personnel
Identify the front-line and supervisory personnel having primary responsibility for implementing
the proposal. Describe the responsibilities and capacity of each. If Officers and supervisors are
currently working for the Proposer, discuss their professional and academic backgrounds and
provide a summary of similar work they have previously performed. If fulfilling the requirements
of this RFP will result in the Proposer hiring Officers and supervisors, discuss in detail the
minimum qualifications required, recruitment and hiring process to be undertaken, and initial
training provided. List the amount of time, on a continuous basis, that each of the front-line,
supervisory, and management personnel will spend on this project. Substitution of project
manager and/or supervisory personnel will not be permitted without prior written approval of the
city.
Field Supervisor Duties:
The following is a brief overview of the duties performed by our Field Supervisor in this role
Act as main point of contact for the City of Santa Clarita for ACE Parking
Manage the team of Enforcement Officers and onboard and train all new Enforcement
Officers on standard operating procedures, including all required code knowledge
Ensure enforcement vehicles and LPR equipment are working properly, and when
necessary, take them in for maintenance
See to it that all citation processing equipment is charged and in good working order
Maintain supplies for the operation, including violation ticket stock and uniforms
Review and Approve timecards for Enforcement Officers
Generate and send enforcement reports to the city when necessary
Act as liaison for the city for violations collections and as the main customer service
representative for the enforcement operation
Manage and close out all Resident Service Center calls when they are completed
Audit all violations issued for accuracy and if necessary, void any incorrect violations
Report parking issues, vandalism, sign and curb marking deficiencies or conflicts.
Ciry of
SA TA CLARITA
1.1.9 Assigned Personnel
Identify the front-line and supervisory personnel having primary responsibility for implementing
the proposal. Describe the responsibilities and capacity of each. If Officers and supervisors are
currently working for the Proposer, discuss their professional and academic backgrounds and
provide a summary of similar work they have previously performed. If fulfilling the requirements
of this RFP will result in the Proposer hiring Officers and supervisors, discuss in detail the
minimum qualifications required, recruitment and hiring process to be undertaken, and initial
training provided. List the amount of time, on a continuous basis, that each of the front-line,
supervisory, and management personnel will spend on this project. Substitution of project
manager and/or supervisory personnel will not be permitted without prior written approval of the
City.
Enforcement Officer Duties and Requirements:
ACE currently has a team of well -trained enforcement officers in place for this
operation. The below is our description of our officer's duties:
"The Parking Enforcement Officer (PEO) performs a variety of law
enforcement support duties with the majority of responsibilities involving
enforcement of parking regulations within the city while driving a parking
enforcement vehicle. Duties include citing vehicle for parking violations,
towing vehicles, helping with traffic control occasionally. The PEO will
use a computer to make entries, update and make corrections to
information on the resident service center. These duties will be
performed under general supervision and when assigned, working with
other staff from time to time . The majority of the workday will be spent
on the field (i.e., outside) in various weather conditions."
All ACE Parking enforcement officer new hires will be able to meet all required
criteria as established in the RFP for the City of Santa Clarita.
Ciry of
SA TA CLARITA
1.1.10 Program Monitoring
Describe the monitoring procedures to be utilized during the project, including a diagram of
workflow, interface points, and major products.
Diagram of Workflow:
RE -ACTIVE ENFORCEMENT: Resident Service Center Requests/Complaints; Hotline; Due
Dates; or City Staff driven complaints or issues to address.
72 Hour violation — only mark 3x in 30-day period
Oversized Vehicles Complaints - if OSV has handicapped plates mark for 72 only
1 Unattached Trailers — only issue 1 unattached trailer cite, and mark for 72
/ Obstructing Driveways - verify vehicle is blocking R/P's driveway
18 Inches from curb
Parking on Sidewalk (only if citable from sidewalk, not on private prop.) ❑ Code
Enforcement Issue
Commercial Vehicle in Residential
2 License Plates (NO out of state plates)
PRO- ACTIVE ENFORCEMENT (After addressing all pending Re -active issues) within
identified problem areas to include:
West Newhall; East Newhall; Valle Del Oro/Dockweiler; Jakes Way; Sandy Drive;
Jason Drive; Medley Ridge; Rainbow Glen; Isabella Parkway; River Circle; Oak
Springs Canyon Rd; Schools/Parks as requested.
PRO -ACTIVE ENFORCEMENT on major thoroughfares as observed during regular patrol for
the following violations:
Parking in handicapped spaces without a placard (Private OK)
1 Marked Fire Lanes (Private OK)
1 Blocking Fire Hydrant (Private OK)
1 Failure to obey signs - No -Stopping or No Parking Anytime violations
1 Red curbs
1 Parked on Wrong Side of St
1 Unattached Trailers — Create request (only issue 1 unattached trailer cite, and mark
for 72)
1 Parking within an intersection
1 Expired Registration (2020 on prior) - check with parking supervisor to tow
1 Expired Tabs anything over 6 months— 21 days since last tabs citation on history
Ciry of
SA TA CLARITA
1.1.10 Program Monitoring
Describe the monitoring procedures to be utilized during the project, including a diagram of
workflow, interface points, and major products.
Dedication to the Program:
ACE strongly believes in a culture of communication and as such will be available to
meet with the City of Santa Clarita as needed.
Our Field Supervisor is in place to handle all day-to-day needs and communication
with the city, and can meet at least weekly with city personnel on an ongoing basis.
Our Contract Enforcement Executive is also dedicated to attending regular monthly
meetings with City Executives on a continuous basis to cover reporting and address
anything additional that may need to be covered.
Our Contract Executive, Field Supervisor and Enforcement Officers will be available
to continue to attend all -hands meetings with city personnel and LASD to receive
any ongoing training such as traffic control, personal safety and any updates to code
that we will need to be aware of.
ACE will be ready and willing to continue to provide accurate reporting from Data
Ticket and Vigilant ALPR Solutions to share as much data with the City of Santa
Clarita as desired.
Ciry of
SA TA CLARITA
1.1.11 City Resources
Describe any City services and staff resources needed to supplement Proposer's activities to
achieve identified objective(s).
ACE Parking feels that we have a strong working relationship with city
personnel, including code enforcement employees.
ACE has extensive experience utilizing the Resident Service Center portal for
following up on Resident Requests regarding parking violations
Radio communication services are currently not in use, but ACE would like
access to be able to communicate via radio. ACE would need access to
channels with City Personnel and the Sheriff's Department.
ACE would need to be able to contact the Sheriff's Department to find registered
owners of vehicles and to bring completed 180 Tow Forms so that they are
aware of vehicles we have towed.
ACE feels comfortable and confident with continuing to use the current system
in place powered by GoGov, but if something were to change, we would be
more than willing to adapt to any and all new systems.
ACE will also need access to Corporate Yard for providing the "City of Santa
Clarita Parking Enforcement" decals, as well as the Citrus Lot for parking
Enforcement and employee vehicles.
ACE will continue to need access to the City provided printers for violations
Ciry of
SA TA CLARITA
1.1.12 Alternative Proposals
Provide statements of alternative proposals, if any, labeled
"Alternative Proposal Number One, Alternative Proposal Number Two, " etc. The format
of each alternative proposal submitted may be abbreviated to address just the following.
a. Work Program
b. Methodology
c. Assigned Personnel
Ciry of
SA TA CLARITA
1.1.13 Conflict of Interest
Address possible conflicts of interest with other clients affected by actions performed by the firm
on behalf of the City. Although the Proposer will not be automatically disqualified by reason of
work performed for other parties, the City reserves the right to consider the nature and extent of
such work in evaluating the proposal.
ACE has no conflicts of interest with other clients affected by actions performed by the
firm on behalf of the City.
Ciry of
SA TA CLARITA
1.1.4 Additional Data
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Purchasing Agent.
b. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
3. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits
complying, at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG
00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence
for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will
be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said
insurance coverage and to state that such insurance will be deemed "primary' such that any other
insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO
Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims
made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, and such other evidence of
insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must
be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected
or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the
workers compensation policy which arise from work performed by CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City
Authorized Signature:
Printed Name: Steve Burton, President
Date:03/20/2023
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
N/A
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 # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1 City of Santa Clarita 23920 Valencia Blvd Santa Clarita, CA 91355
Name and Address of Owner / Agency
Michael Villegas (661)255-4960
Name and Telephone Number of Person Familiar with Project
$731,233 Citywide Enforcement Services
Present
Contract Amount Type of Work
Date Completed
2. City of Palm Springs 425 North Civic Drice Palm Springs, CA 92262
Name and Address of Owner / Agency
Patrick Clifford (760) 323-8256
Name and Telephone Number of Person Familiar with Project
$180,732 Enforcement Services
Present
Contract Amount Type of Work
Date Completed
3. City of Chula Vista 276 4th Avenue Chula Vista, CA 91910
Name and Address of Owner / Agency
Meya Alomar (619( 585-5688
Name and Telephone Number of Person Familiar with Project
$367,445 Enforcement Services
Present
Contract Amount Type of Work
Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
Broker: Alliant Insurance Services Inc. 701 B St, 6th Floor San Diego, CA 92101 Contact - Minna Huovila (619) 693-2969
Surety: Liberty Mututal Insurance Company (Contact info through the Broker)
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Citywide Parking Enforcemet.
The Contractor will be expected to perform maintenance practices and uphold the standards herein to
the established Scope of Work throughout the Angth of the contract.
r
I
*Supervisor's Signature: 1611-.r A Date:
* Date: 03/28/2023
Estimator's Signature:
*Owner's Signature: Date: 03/28/2023
*All three signatures required
Created With Tiny Scanner
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Purchasing Agent.
b. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
3. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits
complying, at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG
00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence
for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will
be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said
insurance coverage and to state that such insurance will be deemed "primary' such that any other
insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO
Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims
made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, and such other evidence of
insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must
be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected
or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the
workers compensation policy which arise from work performed by CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City
Authorized Signature:
Printed Name: Steve Burton, President
Date:03/20/2023
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Citywide Parking Enforcemet.
The Contractor will be expected to perform maintenance practices and uphold the standards herein to
the established Scope of Work throughout the Angth of the contract.
r
I
*Supervisor's Signature: 1611-.r A Date:
* Date: 03/28/2023
Estimator's Signature:
*Owner's Signature: Date: 03/28/2023
*All three signatures required
Created With Tiny Scanner
REFERENCES
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1 City of Santa Clarita 23920 Valencia Blvd Santa Clarita, CA 91355
Name and Address of Owner / Agency
Michael Villegas (661)255-4960
Name and Telephone Number of Person Familiar with Project
$731,233 Citywide Enforcement Services
Present
Contract Amount Type of Work
Date Completed
2. City of Palm Springs 425 North Civic Drice Palm Springs, CA 92262
Name and Address of Owner / Agency
Patrick Clifford (760) 323-8256
Name and Telephone Number of Person Familiar with Project
$180,732 Enforcement Services
Present
Contract Amount Type of Work
Date Completed
3. City of Chula Vista 276 4th Avenue Chula Vista, CA 91910
Name and Address of Owner / Agency
Meya Alomar (619( 585-5688
Name and Telephone Number of Person Familiar with Project
$367,445 Enforcement Services
Present
Contract Amount Type of Work
Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
Broker: Alliant Insurance Services Inc. 701 B St, 6th Floor San Diego, CA 92101 Contact - Minna Huovila (619) 693-2969
Surety: Liberty Mututal Insurance Company (Contact info through the Broker)
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
N/A
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.
CITY OF SANTA CLARITA
2023 RFP BUDGET
Wages and Payroll
MONTHLY
YEAR
Field Supervisor
Full Time 2,080 hours/year @ $50.75
8,797
105,560
Enforcement Officers
280 Hours/week (14,560/year) @ $36.75
44,590
535,080
Total Wages & Payroll
53,387
640,640
Other Expenses
Uniforms
Shirts, Pants, Jackets, Belts, Hats, Rain Gear, Vests, Name Tags
200
2,400
Vehicle Leases
3 Vehicles (Proposed Toyota Corolla Hybrid)
1,800
21,600
Vehicle Insurance
Estimated 3 Vehicles
3,135
37,620
Vehicle Maintenance
Estimated (Oil,Tires, Repairs, Registration, Light Bars,Lock Boxes, Registration, GPS Services, Light Bars, Tablets, Keyboards)
1,000
12,000
Travel Costs
Fuel Charges Factored Into Hourly Rate. Asumes Vehicles on the Road 24/7 Covering 73 Square Miles. Estimated 50 Fill Ups per
Month at Avg. Rate $4.50/Gallon
_
_
Car Washes
Estimated
120
1,440
General Supplies
Chalk, ax Markers, Disinfectant Wipes, Windex, Paper Towels, Light Wands, Batteries, Tape Measurers, LED Flares, I rathc
Cones
150
1,800
Telephone
Cell Phones (Ticket Writers, Supervisor), Phone Chargers, Phone Cases, Cellular MiFis for Tablets
400
4,800
Total Other Expenses
6,805
81,660
TOTAL EXPENSES
60,192
722,300
Additional Traffic Control
Estimated 8 Hours/week (416 year)
1.274
15.288
TOTAL EXPENSES
61,466
737,588
Other Expenses Budget:
All other expenses are a pass through cost. The above excludes the cost for the LPR System
and any additional traffic directing costs. Each month ACE must provide actual backup for
all expenses included in the invoice.
Not to Exceed Price:
Total annual budget including labor shall not exceed $839,622 for Fiscal Year 2023.
Binding Statement:
The above is considered a firm offer for a 120 day period. Our Hourly Labor Rate assumes all Overhead including Taxes, Worker's Comp, Health Insurance, Sick Pay, Vacation Pay.
Contract Executive Signed:
Tom Pesce, Vice President Los Angeles
yL �4-mia 15UL — W-*4
Fill
_
Citywide Parking
Enforcemet
PROPOSAL # CP-22-23-40
TABLE OF CONTENTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
SECTION A
NOTICE INVITING PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
REFERENCES
ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK
SECTION D
SAMPLE PROFESSIONAL SERVICES AGREEMENT- STANDARD
FAITHFUL PERFORMANCE BOND
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA REQUEST FOR PROPOSALS
Project Name: Citywide Parking Enforcemet
Proposal #: CP-22-23-40
Dates Published: February 28, 2023
Last Day for Questions: March 22, 2023 before 2:00 PM (PT)
Proposal Closing: March 30, 2023 before 2:00 PM (PT)
Project Description: The City is seeking the services of a highly qualified Contractor with a well -
trained and knowledgeable staff to provide Citywide parking enforcement and
as -needed traffic control services on a daily basis.
Prevailing Wage: No
Bond Requirements: Yes
Contact Information: Danielle Marquez 1 (661) 255-4936 1 dmarquez@santa-clarita.com
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.
PROPOSAL INSTRUCTIONS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors are cautioned against relying on verbal information
in the preparation of proposal responses. All official information and guidance will be provided as
part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. AWARDS.
3.1. The City reserves the right to waive any informality in any proposal.
3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
3.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
4. BONDS.
4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the
amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of
service for service projects, to guarantee that proposers will enter into contract to furnish goods
or services at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California.
4.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the
successful vendor when stated in the specification (cash deposit, certified or cashier's check or
money order may be substituted in lieu of either bond).
4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa
Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR"
and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be
considered responsive.
5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors to the manufacturer or specific
article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality
and utility to those referred to. This exception applies solely to the material items in question
and does not supersede any other specifications or requirements cited. Materials differing from
stated specifications may be considered, provided such differences are clearly noted and
described, and provided further that such articles are considered by a City official to be in all
essential respects in compliance with the specifications.
5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
5.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City is not an agent of,
partner to or representative of these outside agencies and is not obligated or liable for any action or
debts that may arise out of such independently negotiated "piggy -back" procurements.
7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user
division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
8. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
CD - Community Preservation
Attn: Tracy Sullivan
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted
on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5 [with limited exceptions from this requirement for proposal purposes
only under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant may be
awarded a contract for public work on a public works project (awarded on or after April 1, 2015)
unless registered with the Department of Industrial Relations pursuant to Labor Code Section
1725.5. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General
Attachments Section.
10.1. 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.
11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in
any proposal. The City may reject the proposal of any vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
12. RENEWAL AND PRICING ADJUSTMENT. The contract, unless determined otherwise by the City prior
to award, will be for a two (2) year period, with City's option for renewal with three one (1) year
renewal options. 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), Producer Price Index (PPI), 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.
13. LITIGATION WARRANTY. The bidding vendor, by bidding, warrants that the vendor is not currently
involved in litigation or arbitration concerning the vendor's performance concerning the same or
similar service to be supplied pursuant to this RFP and that no judgments or awards have been made
against bidding vendor on the basis of vendor's performance in supplying the same or similar service,
unless such fact is disclosed to the City in the responding proposal. Disclosure may not disqualify the
bidding vendor. The City reserves the right to evaluate proposals on the basis of the facts surrounding
such litigation or arbitration and to require the selected vendor to furnish the City with a surety bond
executed by a surety company authorized to do business in the State of California and approved by
the City of Santa Clarita in a sum equal to one hundred percent (100%) of the contract price
conditional on the faithful performance by selected vendor of the contract in the event the contract
is awarded to selected vendor, notwithstanding the litigation or arbitration.
14. BEST AND FINAL OFFER. The City may request Best and Final offers based upon improved
understanding of the offers or changed Scope of Work. Based on the initial proposals, the pre -
proposal meeting, and Best and Final offers, if requested, the panel will select the proposal which best
fulfills the requirements and is the best value to the City. The City will negotiate with that seller to
determine final pricing, and contract form. Because this proposal is negotiable, all pricing data will
remain confidential until after award is made, and there will be no public opening and reading of
Proposals. Overall responsiveness to the Request for Proposals is an important factor in the evaluation
process.
15. 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.
16. 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 # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section C)
❑ Response File
❑ Cost File (to be submitted separately from Response File)
❑ Notice to Proposers Regarding Contractual Requirements
❑ Designation of Subcontractors/Subconsultants
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
TThe following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Tracy Sullivan
❑ Professional Services Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Performance Bond (Notarized)
SECTION B
Solicitation Information
SCOPE OF WORK
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
EVENT DATE
Solicitation advertisement February 28, 2023
Last day for questions March 22, 2023
Return of proposals March 30, 2023
Evaluations of proposals March 30—April 5, 2023
Interviews (if necessary) April 5 - 7, 2023
Contract award May 9, 2023
*Dates are subject to change at the City's discretion *
1. PURPOSE: The City of Santa Clarita (City) seeking the services of a highly qualified Contractor
with a well -trained and knowledgeable staff to provide Citywide parking enforcement and as -
needed traffic control services on a daily basis. In the preparation of this Request for Proposal
the words "Proposer" and "Contractor" are used interchangeably.
2. INTRODUCTION/BACKGROUND: The City of Santa Clarita, California is located in northern
Los Angeles County. The City has a population of approximately 235,000 and is 73 square
miles. The City has four distinct neighborhoods: Valencia, Canyon Country, Newhall, and
Saugus. The City does not have any metered parking or neighborhood preferential parking
programs at this time. The City has one public parking structure, with 372 parking spaces, in
Old Town Newhall that parking enforcement provides proactive patrols and enforcement.
More information about the City's road system can be obtained by going to www.santa-
clarita.com/eis and accessing the standard map gallery, or by using the City's interactive
mapping system.
The City's Community Preservation Division is responsible for the enforcement of all parking
regulations provided in Santa Clarita Municipal Code and California Vehicle Code; processing,
adjudicating and collecting all issued parking citations; towing of scofflaw and illegally parked
vehicles; and providing traffic control services as -needed. The current parking enforcement
services contract expires on June 30, 2023. The City is releasing this Request for Proposals
(RFP) seeking the services of an experienced Contractor to provide Citywide parking
enforcement and as -needed traffic control services. The Contractor must understand the key
concepts of parking management, with the capability of developing its own management
strategies and analytical tools which will allow the Contractor to proactively manage its staff
and provide exceptional customer service to the public while effectively enforcing all parking
regulations.
3. OBJECTIVE(S)/WORK PRODUCTS: The City is seeking a highly qualified and motivated
Contractor to provide parking enforcement and as -needed traffic control services on a
continuous and uninterrupted basis 24 hours a day, seven days a week including holidays.
Daily parking enforcement and as -needed traffic control services will include the personnel,
equipment (except that equipment provided by the City as noted in Section 7), and
support necessary to provide enforcement services in the City. Enforcement responsibilities
include, but are not limited to:
Parking Enforcement
• Posted time limit zones
• Safety regulations as posted or marked at the curb
• Street cleaning enforcement
• Permanent and temporary parking restrictions as posted
• Citizen requests for enforcement, such as blocked driveways, fire hydrant,
and abandoned vehicles
• Handicapped placard or disabled person spaces
• 72-hour parking restrictions
• Oversize vehicle restrictions
• Special event coverage
• Towing of vehicles for reasons per the California Vehicle Code and City Municipal Code
Traffic Control
• Assisting City staff and Sheriff in directing and controlling traffic control during power
failures and other emergencies which affect traffic signals, and after certain traffic
accidents
• Assisting City staff and Sheriff in directing and controlling traffic control for special
events
Proposers should note that the City's interest is not simply in choosing a Contractor who will
supply a certain number of parking enforcement and traffic control enforcement hours. Our
parking enforcement program is designed to enhance the quality of life in the City. The City
seeks a Contractor who can work creatively and flexibly with the City to ensure that balanced
enforcement activities support and complement the parking and transportation goals of the
City. Furthermore, it is critical that enforcement and traffic control services be provided in a
courteous, professional manner that facilitates positive relationships with the City's
residential and business communities, and with visitors. Proposers need to demonstrate the
ability to recruit qualified personnel, provide superior training (both initial and ongoing), and
limit turnover.
Proposers should discuss in detail the strategy and tactics, including such factors as salary and
wage levels, employee benefits including sick leave and health coverage, employee
development programs, vehicles, and equipment, etc., that the Proposer will use to deliver
consistent, high quality services described in this RFP.
4. WORK STATEMENT AND SCOPE OF SERVICES
Parking Enforcement
Parking enforcement services to be provided include, but are not limited to: issuing parking
citations and impounding vehicles Citywide per the California Vehicle Code and City
Municipal Code, participation in community events and other parking enforcement
programs designated by the City's Community Preservation Division, responding to resident
complaints by phone or through the City's online Resident Service Center (RSC), patrol areas
with public parking and residential communities to address violations that affect immediate
life safety, analyze of deployment programs and delivery of service, report preparation, and
provide customer assistance to the public (in the field, by telephone, by internet and by
mail).
Traffic Control
Traffic control services to be provided include, but are not limited to: assisting with the
control of traffic during power failures and other emergencies which affect traffic signals,
after certain traffic accidents, and at scheduled special events. The Contractor is to provide
initial and ongoing staff training to safely control and direct traffic.
Enforcement Schedule and Coverage
The Contractor performs parking enforcement and as -needed traffic control services on a
continuous and uninterrupted basis 24 hours a day, seven days a week including holidays.
When unscheduled as -needed traffic control services are required, Contractor will need to
maintain adequate staffing to fulfill its parking enforcement obligation in the contract.
Contractor shall provide staff replacement within 2 hours. In the event that a replacement
is unavailable, Contractor shall pay City prorated liquidated damages.
Patrol Requirements
Contractor is responsible for enforcement of all parking regulations listed in the Santa Clarita
Municipal Code, Los Angeles County Vehicle and Traffic Code and the State of California
Vehicle Code 24 hours a day, seven days a week including holidays. Enforcement
responsibilities include, but are not limited to:
Regular Duty
• Patrol City streets, City facilities, City parking structures, recreational areas, and any
City designed private locations via Contractor -provided vehicles (vehicles equipped
with License Plate Recognition (ALPR) hardware and software), with primary
responsibility for enforcing City, State, and Federal parking laws and regulations;
• Enforce and issue parking citations for vehicles in violation of City, State, and Federal
parking laws and regulations;
• Tow vehicles for reasons per the California Vehicle Code and City Municipal Code.
• Complete required vehicle inspection reports, daily activity reports, Resident Service
Center response reporting, parking enforcement improvement forms, and all other
parking enforcement related forms as required by the City.
• Assist with the enforcement of private property parking regulations, enforcement of
regulations in parking facilities, and assisting with public service (as needed).
• Provide a high level of customer service as needed to give directions, information,
phone numbers, etc.
• Attend internal and public meetings as required.
• Participate in any hearing process or subsequent process involving a contested or
challenged parking citation or incidents involving assigned officers.
• Respond to citizen requests for enforcement, such as blocked driveways, fire hydrant, and
abandoned vehicles.
• Provide special event coverage.
Scofflaw/Abandoned Vehicle Detail
Scofflaw Enforcement: Scofflaw enforcement primarily involves identifying vehicles
that can legally be towed for five (5) or more delinquent parking citations, filling out
the necessary impound forms, and coordinating the removal of vehicles with the City's
towing Contractor. Scofflaw enforcement is supported using ALPR hardware and
software discussed in this RFP.
Locate, report, and appropriately mark any vehicle with a potential to be impounded as
a result of the vehicle having a specified number of delinquent parking citations and/or
for laws pertaining to potential abandoned vehicles.
Coordinate towing, and all associated paperwork, for scofflaws and abandoned
vehicles per California Vehicle Code requirements.
Traffic Control
• Contractor's staff can also be called upon to assist the City and Los Angeles County
Sheriff's Department in controlling traffic for special events and during power failures
and other emergencies which affect traffic signals. Contractor will be responsible for
ensuring that parking enforcement staff are adequately trained by a qualified agency
to safely conduct traffic control.
Related Activities
Report any unlawful act or any condition or deficiency which may pose a hazard or a
danger to the general public.
Report parking issues, vandalism, sign and curb marking deficiencies orconflicts.
In the event of a major emergency or natural or man-made disaster, Contractor shall
make available its personnel, transportation and communication resources for
emergency assistance as requested by the Community Preservation Manager or
designee. If such service requires hours in excess of the base requirement, the City will
pay for the services on an overtime basis.
Required Staff
The Contractor is to provide the following staff:
1. One (1) Parking Enforcement/Traffic Control Field Supervisor (Supervisor) on duty
during the hours of 8:00 am to 5:00 pm, Monday through Friday, and on -call after
hours as needed. Under the direction of the City Community Preservation Manager, or
designee, and Contract Executive, the Supervisor is a working classification and is
responsible for performing but is not limited to the following: assigning areas of
responsibility to each parking enforcement/traffic control officer; responding to and
investigating any and all reported incidents and problems with residents and requests
for service; responding to residents by phone, email, or through the City's online
Resident Service Center; preparing reports, ensuring adequate staffing and staff
training at all times; overseeing and towing vehicles; coordinating all as -needed and
scheduled traffic control services; providing traffic control services, marking vehicles,
operating a computer and a variety of computer software; and issuing parking
citations.
2. Two (2) Parking Enforcement/Traffic Control Officers on duty 24 hours a day, seven
days a week including holidays. Under the direction of the Parking
Enforcement/Traffic Control Field Supervisor, Parking Enforcement/Traffic Control
Officers are responsible for performing but not limited to the following: responding to
and investigating any and all reported service requests by residents; responding to
residents by phone, email, or through the City's online Resident Service Center;
marking and towing vehicles as appropriate; providing traffic control services;
operating a computer and a variety of computer software; and issuing parking
citations.
3. Contract Executive: In addition to the above referenced on -site staff, the Contractor
designates a senior executive who ensures that all contractual requirements are being
met and is available to meet with the City's Community Preservation Manager, or
designee, on a regular basis to discuss the progress and performance of the on -site
personnel and the contract as a whole. The executive will be directly responsible to
ensure staff development and training pertaining to conflict management, traffic
control, and any other as needed safety -related training is being provided on a regular
basis, and assist in the recruitment of qualified staff to limit turnover. This is not a
dedicated position and all costs associated with this position are not billable to the
City.
4. Should any of the required staff call -in sick, leave work with approval, or be reassigned
to provide traffic control services, the Contractor shall provide a staff replacement
within 2 hours. In the event that a replacement is unavailable, the Contractor shall pay
City prorated liquidated damages.
Calculation of Billable Hours
For each position under this contract, with the exception of the Contract Executive, billable
hours shall be based on 2,080 labor hours per person per year.
Hiring Criteria for Parking Enforcement/Traffic Control Personnel
The City retains the right to be involved in the recruitment/selection process of new
contracted enforcement staff or of staff assigned to perform enforcement duties within the
City. In hiring enforcement staff, the Contractor ensures that all staff:
1. Are at least eighteen (18) years of age.
2. Are physically and mentally capable of performing all required enforcement duties.
3. Have the ability to give and follow oral and written instructions in fluent English.
4. Have the ability to operate a computer and a variety of computer software.
5. Have the ability to establish and maintain effective working relationships with the
public and City officials.
6. Have a valid California State driver's license.
7. Have the ability to remain calm and usejudgment and initiative in an emergency
situation
8. Are bondable.
9. Possess a high school diploma or G.E.D. certificate.
Training
All new employees are thoroughly trained in all aspects of their particular position; including,
as appropriate, radio procedures, the use of the handheld issuance device and related
hardware, all regulations for parking enforcement, traffic control techniques, the legal
requirements for towing, court testimony techniques, conflict mitigation, and current and
future policies and procedures as developed by the City's Community Preservation Division.
Parking Enforcement/Traffic Control staff must have the education, skills, and qualities
required to fulfill the tasks outlined in this RFP. The Contractor shall provide each Contract
employee assigned to provide parking enforcement and traffic control services with at least
40 hours of initial job -related training and any necessary re-training or follow-up training
required to correct deficiencies in performance.
The Contractor shall provide each Contract employee assigned to provide parking
enforcement and traffic control services with at least eight (8) hours of in-service on -going
training per year. Such training shall cover such topics as changes in the law, traffic
management and controlling intersections, new aspects of the City's parking program,
refresher or expanded training in customer relations, etc. The subjects and content of such
training shall be approved in advance by the City. Such training will be included in the hours
of service the Contractor is required to provide in each contract year.
The City retains the right to review and direct modification of any Contract employee training
program and will require verification that each Contract employee has met the required level
of training per year. Training shall include, but not be limited to, the following:
• Information on parking statutes, laws, ordinances, regulations, and resolutions enacted
by the Federal Government, the State of California, and the City;
• Parking enforcement programs and policies adopted by the City;
• Operation of equipment, including instruction on communications procedures, radio
devices, citation devices, public relations, customer service, and conflict mitigation
techniques;
• Tasks and responsibilities under regular and emergency operating conditions;
• Physical layout of the City;
• Managing and directing traffic; and
• Customer service and public relations.
5. WORK STATEMENT — SUPERVISION/ADMINISTRATION/REPORTING:
The City expects the Contractor to maintain sufficient in -field supervision and administrative
support as necessary to perform all the required parking enforcement and traffic control
activities above, and produce periodic reports as noted below:
• Daily schedule showing Parking Enforcement/Traffic Control Officer assignments
and scheduled enforcement hours, listing all absent staff and reason for absences.
• Weekly field assignments, showing projected scheduling for the following week.
• Monthly summary of activities showing total work hours, patrol and non -patrol
(time spent at hearings, in training, etc.).
• Daily and monthly summary of parking citations and warnings issued.
• Daily and monthly summary of tow activity.
• Monthly summary of planned and emergency traffic control activities.
• Special, additional, or supplemental reports at the request of the City.
All Contractor reports are to be produced using the City's current version of Microsoft Office
for Windows. Once produced, all reports, both soft and hardcopy, become the property of the
City.
6. VEHICLES, EQUIPMENT, AND UNIFORMS TO BE PROVIDED BY CONTRACTOR:
Vehicles
It is the responsibility of the Contractor to provide three (3) patrol cars (hybrid or ultra -low
emission preferred) suitable for the purpose of parking enforcement. (Three wheeled patrol
vehicles will not be accepted). Vehicles are to be used exclusively for parking enforcement and
traffic control services as required by this contract and are not to be used for any other
purpose, including the personal business by any employee, supervisor or principal, or for any
other business activity of the Contractor. If vehicles are currently owned they must meet all
criteria on the first day of the contract. Vehicles shall not be in operation until they meet the
following criteria:
• New or recent models (no more than five (5) years old at contract start)
• White in color with markings identifying them as "City of Santa Clarita, Parking
Enforcement" with a flashing dome light, the design and location must be approved
by the City.
• Vehicle logo design must be mutually agreed upon with City. Vehicles must not have
any Contractor I.D., name or logo.
• Vehicles must have a locked or secured storage area for supplies.
Contractor shall maintain all vehicles in a state of good repair and in a professional appearance
equivalent to that of the City's public fleet. Contractor shall bear all expenses associated with
vehicle storage, maintenance, fueling, and insurance. Contractor shall be responsible for
parking and securing all patrol vehicles when not in use at a City approved facility.
Vehicles that are damaged or disabled while in service for the City of Santa Clarita shall be
replaced with an operable vehicle within 4 hours. In the event that a replacement vehicle is
unavailable, contract personnel shall be relieved of duty for the remainder of the shift and
Contractor shall pay City prorated liquidated damages. Replacement or repair of damages will
be the responsibility of the Contractor.
The Contractor shall be financially responsible for damaged, lost, or stolen equipment
provided by the City (including radio equipment, emergency equipment, etc.). The Contractor
shall prepare and maintain a complete, detailed, accurate, and current inventory of all
equipment and supplies provided by the City for use by the Contractor.
Automated License Plate Recognition (ALPR) Equipment
The City requires each vehicle include a vehicle -mounted Automated License Plate
Recognition (ALPR) system that includes image capture and processing capabilities and that
permits automatic license plate reading and matching operation. The system shall include two
ALPR cameras and illuminators, a rugged processor, a touch screen interface with moving map
display, two -wheel imaging cameras for evidence gathering, back -office evidence and
reporting software, and a wireless communication capability for transferring data between
the back -office and each mobile ALPR unit. The system shall meet or exceed the specifications
below.
• Automatically detect vehicles parked in time limited parking zones.
• Find scofflaw and other wanted vehicles, and/or persons based on license plate
reading and matching against lists of wanted license plate numbers.
• Read license plates from vehicles on both sides of the unit.
• Read license plates in extremely low -light environments.
• Read license plates of vehicles that are either parallel parked or parked at 45 or 90
degrees, both on -street and off-street.
• The ALPR should include a complete back -office management and reporting
system that includes:
a. Viewer software
b. Route management
c. Reporting
Contractor is responsible for all training, maintenance and support relating the ALPR system.
Equipment
Other than Citation Issuance Equipment and Materials specifically identified as the
responsibility of the City in Section Eight, the Contractor shall provide all necessary equipment
and supplies for the provision of parking enforcement services and traffic control services,
including but not limited to safety equipment, chalk, tape measures, flashlights and batteries.
Flashlights shall be of sufficient illumination to allow enforcement officers to read vehicle
identification numbers (VINs) at night. All equipment shall be in good working order,
attractive, and in conformity with all applicable statutes, laws, ordinances, and regulations.
Personal vehicles or other equipment shall not be used to perform parking enforcement
services without the City's written approval. The Contractor shall not issue, directly or
indirectly, firearms or similar devices to personnel.
Communication Equipment
The Contractor shall provide and maintain capability to carry on two-way radio conversations
with the field personnel whenever they are on duty. This system shall provide dependable,
interference -free, two-way communications between the City & the Parking
Enforcement/Traffic Control Officers.
Contractor shall have the ability to provide automated status report and updates for
complaints and service requests received from the City online Resident Services Center.
The City may provide to the Contractor radio equipment suitable for parking enforcement
purposes, as determined by the City. If issued, the City shall be responsible for normal
maintenance and service of this equipment. Replacement or repair of damages caused by
misuse of equipment will be the responsibility of the Contractor.
Uniforms
All Contract employees performing parking enforcement/traffic control duties shall wear
uniforms while on duty. The Contractor shall be responsible for providing personnel with
proper, complete, and acceptable uniforms that have been approved by the City. Uniforms
and rules for uniforms shall be as follows:
• The Contractor shall provide uniforms for each contract employee at no expense to the
employee, except in cases of negligence or abuse of the uniform by the Contract
employee.
• Parking Enforcement/Traffic Control Field Supervisors and Officers (PEO's) shall be
issued 10 navy blue slacks each and 10 light blue shirts each, one pair of black boot shoes
and one black belt, one navy blue jacket, one traffic control vest, and one yellow rain
suit.
• All shirts, jackets, and hats shall have an approved emblem patch designating City of
Santa Clarita Parking Enforcement, the design and location must be approved by the City.
• All uniforms include a metal name tag, identification number and badge which must be
worn at all times, the design and location must be approved by the City.
• All personnel must be in complete, approved uniforms at all times while they are engaged
in enforcement activity or City related official duties. Shirts must be tucked in at all times.
• The Contractor shall not issue any uniform or identifying badge without the prior written
approval of the City.
• Personal garments or items that cover any portion of the uniform shall not be worn while
on duty.
• Contractor shall not allow Contract employees to work unless attired in the complete,
approved uniform.
• The Contractor shall be responsible for making sure uniforms are complete, clean, in
good repair, and worn by all Contract employees while on duty.
• Contractor shall not permit personnel to be armed with firearms or weapons of any kind
while performing responsibilities under the Contract.
• Contractor shall ensure Contract employees return all issued uniforms described above
upon release of employment.
7. EQUIPMENT AND SUPPLIES TO BE PROVIDED BY THE CITY:
The City shall supply certain citation issuance equipment and materials suitable for parking
enforcement and traffic control purposes, including smartphones, handheld printers, and
customized citation forms. The City will be responsible for normal maintenance and repair of this
equipment. Replacement or repair of damages caused by misuse of equipment will be the
responsibility of the Contractor. The Contractor shall be financially responsible for damaged, lost,
or stolen equipment provided by the City. The Contractor shall prepare and maintain a complete,
detailed, accurate, and current inventory of all equipment and supplies provided by the City for
use by the Contractor.
Any lost, damaged, or stolen City issued equipment must be reported immediately the same day,
and all proper incident reports submitted to the City within 24 hours from the date and time of
occurrence.
8. PERFORMANCE STANDARDS FOR PARKING ENFORCEMENT SERVICES:
The Contractor will be responsible for adhering to the City's Parking Enforcement Performance
Standards, listed below:
Patrol of City Streets
Contractor shall effectively patrol all City streets and take appropriate action (i.e. cite vehicles in
violation of parking regulations, report potential abandoned vehicles or vehicles creating unsafe
conditions, record date and time of the patrol, etc.). PEOs are expected to begin patrol activities
no laterthan twenty (20) minutes after shift start (the 20-minute allowance shall include roll call).
Officers are also expected to be on active patrol until at least 20 minutes before shift end.
Parking Citations Issued an Error
Any parking citations that are issued in error must be brought to the City's Community
Preservation Manager, or designee, immediately after issuance. Parking Enforcement/Traffic
Control Officers (PEO) are not allowed to void citations. Voided parking citations will be recorded
and monitored via the citation database.
Acceptable Time Gaps between Parking Citations
All Officers are expected to be patrolling and issuing appropriate citations as necessary during
their shifts. An Officer must be able to account for all time and streets patrolled during each shift
by producing a valid Daily Activity Report (DAR).
Customer Service
Contractor's employees shall conduct themselves in a professional manner at all times. Contractor
shall investigate and take appropriate action for all customer complaints regarding contracted
employees (including improper use of equipment). Contract Executive will oversee such
investigations and report their findings to the City in a timely manner.
Weekly Operations Meeting
The Contractor shall meet with the City's authorized representative(s) weekly to review
operational and performance issues. In addition, Contractor shall have the Contract Executive
overseeing the contract meet with the City once per month.
9. PERFORMANCE STANDARDS FOR TRAFFIC MANAGEMENT SERVICES:
The Contractor will be responsible for adhering to the City's Traffic Management Performance
Standards, listed below:
Response to Planned Activities and Events
Requests for traffic control for planned activities and events will be entered into the City RSC
system. The Contractor shall provide sufficient personnel to reasonably control traffic based on
the location and specific activity or event for which the control is requested.
Emergent Situations
Power outages, damage or failure of traffic lights, or other emergencies may necessitate the
request for immediate traffic control. The Contractor will provide sufficient personnel to
reasonably control traffic based on the location and requirements of the specific situation. In
some situations, personnel assigned to parking enforcement may be reassigned to traffic
control. Personnel may be assigned to work independently, or in conjunction with Los Angeles
County Sheriff Officers. Should on duty parking enforcement/traffic control officers be
reassigned to perform traffic control duties, contractor shall provide a replacement within 2
hours. In the event that a replacement is unavailable, contractor shall pay City prorated
liquidated damages.
10. REQUIRED QUALIFICATIONS:
The Contractor awarded the contract and all of its personnel will have demonstrated an
exceptional familiarity with State of California parking enforcement statutes, laws, ordinances,
policies, and parking program technologies, citation and towing and procedures as pertains to the
City, and methods and strategies for traffic control in planned and emergency situations. Most
importantly, the firm chosen and all its personnel will have a documented and superior
understanding of public relations, customer service practices, and conflict mitigation techniques.
11. TIME SCHEDULE:
The successful Proposer must be prepared to be fully operational no later than July 1, 2023,
subject to City Council authorization.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # CP-22-23-40
Citywide Parking Enforcement
City of Santa Clarita, California
1. RESPONSE FORMAT: Submitted proposals must follow the format outlined below and all requested
information must be supplied. Failure to submit proposals in the required format may result in
elimination from proposal evaluation. Once submitted, proposals, including the composition of the
contracting team, cannot be altered without the prior written consent of the City. All proposals
constitute an offer to the City and may not be withdrawn for a period of one -hundred and twenty
days (120) days after the last day to accept proposals.
1.1. RESPONSE FILE:
1.1.1. Cover Letter - Must include the name, address, and telephone number of the company,
and be signed by the person or persons authorized to represent the firm.
1.1.2. Table of Contents - Clearly identify material contained in the proposal by section and page
number.
1.1.3. Introduction - A general introduction and description of the proposal shall be provided.
The format of the introduction is at the discretion of the proposer.
1.1.4. Proposer Capability and References - Provide a summary of the firm's relevant background
experience. Discuss the applicability of such experience to this RFP. Include examples of
projects completed for other agencies that are of a similar nature and a contact person for
each of those clients.
The Proposer shall also provide a brief summary of any relevant experience on similar
projects in addition to a minimum of three references for similar projects. Reference
information must include the agency, name of project, the name and contact information
for the agency's Project Manager, the dates that the project began and ended, and the
value of the contract.
1.1.5. Objective, Scope, and Work Program - Describe the overall approach to providing the
services required. Describe the specific work or tasks to be performed, including but not
limited to personnel schedules, supervision, and reporting.
1.1.6. Vehicles and Equipment - Provide detailed information regarding the vehicles and
equipment to be assigned, including the capabilities of the ALPR equipment.
1.1.7. Methodology - Describe the methodology and techniques to be employed in carrying out
the program.
1.1.8. Project Management - Describe the proposed management structure and organization of
contracting group. Discuss the professional and academic backgrounds of principals and/or
management personnel.
1.1.9. Assigned Personnel - Identify the front-line and supervisory personnel having primary
responsibility for implementing the proposal. Describe the responsibilities and capacity of
each. If Officers and supervisors are currently working for the Proposer, discuss their
professional and academic backgrounds and provide a summary of similar work they have
previously performed. If fulfilling the requirements of this RFP will result in the Proposer
hiring Officers and supervisors, discuss in detail the minimum qualifications required,
recruitment and hiring process to be undertaken, and initial training provided. List the
amount of time, on a continuous basis, that each of the front-line, supervisory, and
management personnel will spend on this project. Substitution of project manager and/or
supervisory personnel will not be permitted without prior written approval of the City.
1.1.10. Program Monitoring - Describe the monitoring procedures to be utilized during the
project, including a diagram of workflow, interface points, and major products.
1.1.11. City Resources - Describe any City services and staff resources needed to supplement
Proposer's activities to achieve identified objective(s).
1.1.12. Alternative Proposals - Provide statements of alternative proposals, if any, labeled
"Alternative Proposal Number One, Alternative Proposal Number Two," etc. The format
of each alternative proposal submitted may be abbreviated to addressjust the following:
a. Work Program
b. Methodology
c. Assigned Personnel
1.1.13. Conflict of Interest - Address possible conflicts of interest with other clients affected by
actions performed by the firm on behalf of the City. Although the Proposer will not be
automatically disqualified by reason of work performed for other parties, the City
reserves the right to consider the nature and extent of such work in evaluating the
proposal.
1.1.14. Additional Data - Provide other essential data that may assist in the evaluation of this
proposal.
1.2.COST FILE — Statement of Offer and Signature - The proposal shall be signed by an individual
authorized to bind the consultant, shall contain a statement to the effect that the proposal is a
firm offer for a 120-day period, and shall contain a statement that the proposed work will be
performed at the "not -to -exceed" price. This will include all deliverables and meeting
attendance as laid out in the scope of work. The Cost File must be submitted separately from
the Response File. The Cost/Price format for the proposal must be as follows:
Total cost must be clearly indicated at the end of the Cost File. Costs must include a breakdown
by the following categories:
1) Labor - List an hourly labor rate.
2) Supplies and Equipment - Provide an itemized list of supplies to be used. The City will
not pay for any equipment unless adequately justified. Any equipment paid for by the
City will become the property of the City.
3) Travel Costs - Identify estimated travel costs, including the number of trips required,
destinations, and approximate cost of travel. Travel costs are reimbursed at prevailing
rates for the contracting company or City rates, whichever is lower, unless negotiated
otherwise.
4) Miscellaneous Costs, if any.
Charges for supplies and equipment will be paid at cost. It is expected that general, overhead,
and administrative costs are included in the hourly rate for labor. Proposals submitted will be
held to the total cost given in the response quote. It will be assumed that all contingencies
and/or anticipated escalations are included. No additional funds will be paid above and beyond
the original quote given by the selected Proposer.
2. SELECTION CRITERIA — 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 Price Proposal if doing so would not be
in the overall best interest of the City.
The overall criteria listed below are listed in relative order of importance. As proposals are considered
by the City to be more equal in their technical merit, the evaluated cost or price becomes more
important so that when technical proposals are evaluated as essentially equal, cost or price may be
the deciding factor.
2.1. SCORING CRITERIA:
a. Proposer qualification (40 points)
b. Proposer experience on similar projects and references (25 points)
C. Thoroughness of proposal, approach to providing services based upon the criteria in the
Scope of Work, and ability to provide services to meet objectives and standards (20
points)
d. Cost of materials and services provided as well as discounts offered (15 points)
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 further contact.
SECTION C
Forms
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Purchasing Agent.
b. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These are
the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried
by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement,
whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage
required, which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory
endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to City before work begins. City reserves the right to require full -certified copies of all
Insurance coverage and endorsements.
3. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits
complying, at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG
00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence
for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will
be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said
insurance coverage and to state that such insurance will be deemed "primary' such that any other
insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO
Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims
made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, and such other evidence of
insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must
be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected
or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the
workers compensation policy which arise from work performed by CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of/: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the
contract is awarded.
REFERENCES
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Citywide Parking Enforcemet.
The Contractor will be expected to perform maintenance practices and uphold the standards herein to
the established Scope of Work throughout the length of the contract.
*Supervisor's Signature:
Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*All three signatures required
SECTION D
Sample Agreement
SAMPLE AGREEMENT
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
FOR
This AGREEMENT by and between the CITY OF SANTA CLARITA, a municipal corporation
and general law city ("CITY") and , a
("CONSULTANT"), and
is dated
1. CONSIDERATION.
(A) As partial consideration, CONSULTANT agrees to perform the Services listed in
the SCOPE OF SERVICES, below; and
(B) As additional consideration, CONSULTANT and CITY agree to abide by the terms
and conditions contained in this Agreement; and
(C) As additional consideration, CITY agrees to pay CONSULTANT a sum not to
exceed
dollars ($ ) for CONSULTANT's Services. CITY
may modify this amount as set forth below. Unless otherwise specified by written
amendment to this Agreement, CITY will pay this sum as specified in the attached
Exhibit(s) " " which is/are incorporated by reference.
2. SCOPE OF SERVICES.
(A) CONSULTANT will perform Services listed in the attached Exhibit(s) "
which is/are incorporated by reference.
(B) CONSULTANT will, in a professional 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 Services and provide the professional Services
required of CONSULTANT by this Agreement.
3. PERFORMANCE STANDARDS.
(A) By executing this Agreement, CONSULTANT represents that it has demonstrated
trustworthiness and possesses the quality, fitness and capacity to perform the
Agreement in a manner satisfactory to CITY. CONSULTANT represents that its
financial resources, surety and insurance experience, service experience,
completion ability, personnel, current workload, experience in dealing with private
consultants, and experience in dealing with public agencies all suggest that
CONSULTANT is capable of performing the proposed contract and has a
demonstrated capacity to deal fairly and effectively with and to satisfy a public
CITY.
(B) CONSULTANT will perform its Services in a skillful manner, comply fully with
all City established criteria, and with all applicable federal, state, and local laws,
codes, and professional standards.
(C) CONSULTANT agrees to comply with all applicable federal and state employment
laws regulations and rules including those that relate to minimum hours and wages,
occupational health and safety, workers compensation insurance and state, county
and local orders.
(D) CONSULTANT will staff this Agreement with personnel qualified to adequately
and professionally perform the Services.
(E) CONSULTANT will not subcontract any portion of these Services without the
CITY's prior written approval.
(F) CITY's approval of any payment, or conducting of any inspection, reviews,
approvals, or oral statements, or any governmental entity's certification, will in no
way limit the CONSULTANT's obligations under this Agreement or
CONSULTANT's complete responsibility for all Services hereunder.
4. PAYMENTS.
(A) For CITY to pay CONSULTANT as specified by this Agreement and as provided
in attached Exhibit(s) " " , CONSULTANT must submit a detailed
invoice to CITY which lists the hours worked and hourly rates for each personnel
category and reimbursable costs (all as set forth in Exhibit(s) " " ) the
tasks performed, the percentage of the task completed during the billing period, the
cumulative percentage completed for each task, the total cost of that Services during
the preceding billing month and a cumulative cash flow curve showing projected
and actual expenditures versus time to date.
(B) CITY may withhold all or a portion of payment otherwise due in the event that
Services are either improperly or not performed.
5. PROJECT COORDINATION AND SUPERVISION.
(A) CONSULTANT will assign as
CONSULTANT's Project Manager and will be responsible for job performance,
negotiations, contractual matters, and coordination with CITY's Project Manager.
CONSULTANT may change its Project Manager only with CITY consent.
(B) CITY will assign as CITY's Project
Manager, will be personally in charge of and personally supervise or perform the
technical execution of the project on a day-to-day basis on behalf of CITY, and will
maintain direct communication with CONSULTANT's Project Manager. CITY
may change its Project Manager at any time with notice to CONSULTANT.
6. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for
current Services are within the current budget and within an available, unexhausted and
unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient
funds for payment of CONSULTANT Services beyond the current fiscal year, this Agreement will
cover only those costs incurred up to the conclusion of the current fiscal year.
7. FAMILIARITY WITH SERVICES AND SITE.
(A) By executing this Agreement, CONSULTANT represents that it has:
i. Carefully investigated and considered the scope of Services to be
performed; and
ii. Carefully considered how the Services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the Services under this Agreement.
B. If the Services under this Agreement are to be performed upon any site, or
otherwise require CONSULTANT to access a site, by executing this Agreement
CONSULTANT represents that it has or will investigate the site and is or will be
fully acquainted with the conditions there existing, before commencing the
Services under this Agreement.
8. TERM.
A. The term of this Agreement will be from to
Unless otherwise determined by written amendment between the parties, this
Agreement will terminate in the following instances:
Completion of the Services specified in Exhibit(s) " ", or
ii. Termination pursuant to Section 17 TERMINATION.
B. Except as otherwise separately and expressly provided by the CITY in writing, the
provisions of this Agreement shall survive any expiration, breach, or termination
of this Agreement, and any completion of the Services.
9. TIME FOR PERFORMANCE. CONSULTANT will not perform any Services under this
Agreement until:
A. CONSULTANT furnishes proof of insurance as required under Section 24
INSURANCE; and
B. CITY gives CONSULTANT a written notice to proceed.
Should CONSULTANT begin Services on any phase in advance of receiving written authorization
to proceed, any such professional Services are at CONSULTANT's own risk.
10. SCHEDULE OF PERFORMANCE AND EXTENSIONS.
A. Should the progress of the Services under this Agreement at any time fall behind
schedule for any reason other than excusable delays CONSULTANT shall apply
such additional manpower and resources as necessary to bring progress of the
Services under this Agreement back on schedule and consistent with the standard
of professional skill and care required by this Agreement. Time is of the essence
in the performance of this Agreement.
B. Should CONSULTANT be delayed by causes beyond CONSULTANT's control,
CITY may grant a time extension for the completion of the contracted Services. If
delay occurs, CONSULTANT must notify the CITY's designated representative
within forty-eight hours (48 hours), in writing, of the cause and the extent of the
delay and how such delay interferes with the Agreement's schedule. The CITY
will extend the completion time, when appropriate, for the completion of the
contracted Services.
11. CHANGES. CITY may order changes in the Services within the general scope of this
Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the
contract time will be adjusted accordingly. All such changes must be authorized in writing,
executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the
Services will be determined in accordance with written agreement between the parties.
12. ADDITIONAL SERVICES.
A. The CITY may request CONSULTANT to provide Services in addition to Scope
of Services, called "Additional Services". Additional Services that incur additional
costs (contingency) of up to 15% of the total contract amount must be authorized
by CITY by change order or other documented means. Costs beyond this amount
must first be approved by CITY in accordance with applicable thresholds and
procedures. Additional Services must be authorized by CITY in writing prior to
performance. CONSULTANT shall be compensated for Additional Services as set
forth in Exhibit(s) " " or as specified in the written authorization.
B. If CONSULTANT believes Additional Services are needed to complete the Scope
of Services, CONSULTANT will provide the CITY with written notification that
contains a specific description of the proposed additional Services, reasons for such
additional Services, and a detailed proposal regarding cost. CITY is under no
obligation to approve any increase in the agreed -upon costs for the performance of
this Agreement.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain
during the term of this Agreement, all necessary permits, licenses, and certificates that may be
required in connection with the performance of Services under this Agreement.
14. SITE INSPECTION; DISCOVERY OF HAZARDOUS MATERIALS OR LATENT
CONDITIONS. The discovery, presence, handling or removal of hazardous substances is outside
of CONSULTANT's expertise, unless otherwise specified in Exhibit(s) " " , and is not
included in the scope of Services. Should CONSULTANT discover any hazardous material, or
latent or unknown conditions that may materially affect the performance of the Services,
CONSULTANT will immediately inform CITY of such fact and will not proceed except at
CONSULTANT's own risk until written instructions are received from CITY.
15. PREVAILING WAGES. CONSULTANT shall comply with the California Prevailing Wage
Law to the extent it applies to work performed under this Agreement. If applicable,
CONSULTANT shall pay prevailing wages to its employees and shall comply with the additional
provisions set forth below:
(A) CONSULTANT shall pay prevailing wages to its employees on any agreement
when required by applicable law. Copies of the general prevailing rates of per diem
wages for each craft, classification, or type of worker needed to execute the
Agreement, as determined by the Director of the State of California Department of
Industrial Relations, are on file at the County's Capital Projects Office and may be
obtained from the California Department of Industrial Relations website
http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm. CONSULTANT
shall comply with the 8-hours per day/40 hours per week/overtime/working hours
restrictions for all employees, pursuant to the California Labor
Code. CONSULTANT and all subconsultants shall keep and maintain accurate
employee payroll records for Work performed under the Agreement. The payroll
records shall be certified and submitted as required by law, including Labor Code
Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no
less frequently than monthly. CONSULTANT shall comply fully with Labor Code
Section 1777.5 in the hiring of apprentices for work relating to the Agreement.
(B) CONSULTANT acknowledges and agrees that it will comply with AB 1768
(effective January 1, 2020), which amended and expanded the definition of
"construction" for which prevailing wages must be paid to include "work
performed during the design, site assessment, feasibility study, and other pre -
construction phases of construction ... regardless of whether any further
construction work is conducted... "
(C) CONSULTANT shall forfeit, as a penalty to Owner, the penalty or penalties as
provided by the California Labor Code, for each laborer, workman, or mechanic
employed in performing labor in and about the Work provided for in the Agreement
for each day, or portion thereof, that such laborer, workman or mechanic is paid
less than the said stipulated rates for any work done under the Agreement by him
or her or by any Subconsultant under him or her, in violation of Articles 1 and 2 of
Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and
amounts which shall be forfeited pursuant to this Paragraph and the terms of the
California Labor Code shall be withheld and retained from payments due to
CONSULTANT the California Labor Code, but no sum shall be so withheld,
retained or forfeited except from the final payment without a full investigation by
either the State Department of Industrial Relations or by Owner. The Labor
Commissioner pursuant to California Labor Code § 1775 shall determine the final
amount of forfeiture.
(D) CONSULTANT shall insert in every subcontract or other arrangement which
CONSULTANT may make for performance of Work or labor on Work provided
for in the Agreement provision that Subconsultant 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.
(E) CONSULTANT and Subconsultants 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 Agreement Documents. Each payroll record
shall contain or be verified by a written declaration as required by Labor Code
Section 1776. The payroll records enumerated above must be certified and shall be
available for inspection at all reasonable hours at the principal office of
CONSULTANT as required by Labor Code Section 1776. This Project is subject
to prevailing wage compliance monitoring and enforcement by the Department of
Industrial Relations.
16. WAIVER. CITY's review or acceptance of, or payment for, Services or product prepared by
CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights
CITY may have under this Agreement or of any cause of action arising from CONSULTANT's
performance. 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.
17. TERMINATION.
(A) Termination for Convenience. CITY may terminate this Agreement at any time
with or without cause by written notice to CONSULTANT.
CONSULTANT will be entitled to recover its costs expended up to the
termination plus reasonable profit thereon to the termination date not to
exceed the total costs under Section 1(C), but may recover no other loss,
cost, damage, or expense.
(B) Termination for Cause. CITY may terminate this Agreement in whole or part for
default should CONSULTANT commit a material breach of this Agreement, and
such breach has not been cured within fifteen (15) calendar days of the date of
CITY's written notice to CONSULTANT demanding such cure. In the event CITY
terminates this Agreement for default, CONSULTANT will be liable to CITY for
all costs to cure the deficiencies, and all loss, cost, expense, damage, and liability
resulting from such breach and termination.
(C) Upon receiving a termination notice, CONSULTANT will immediately cease
performance under this Agreement unless otherwise provided in the termination
notice. Except as otherwise provided in the termination notice, any Services
performed by CONSULTANT after receiving a termination notice will be
performed at CONSULTANT'S own cost; CITY will not be obligated to
compensate CONSULTANT for such Services.
(D) Upon a termination, all finished or unfinished documents, data, studies, surveys,
drawings, maps, reports and other materials prepared by CONSULTANT will
become CITY's property and CONSULTANT will deliver any such items in its
possession to CITY within thirty (30) days of termination.
(E) Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms Services similar to those terminated.
18. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONSULTANT under this Agreement are CITY's property.
CONSULTANT may retain copies of said documents and materials as desired, but will deliver all
original materials to CITY upon CITY's written notice. CITY agrees that use of
CONSULTANT's Services for purposes other than identified in this Agreement is at CITY's own
risk.
19. PUBLICATION OF DOCUMENTS. Except as necessary for performance under this
Agreement, CONSULTANT will not release copies, sketches, or graphs of materials, including
graphic art services, prepared pursuant to this Agreement to any other person or public entity
without CITY's prior written approval. All press releases, including graphic display information
to be published in newspapers or magazines, will be approved and distributed solely by CITY,
unless otherwise provided by written agreement between the parties.
20. INDEMNIFICATION AND LIABILITY.
(A) To the fullest extent permitted by law, CONSULTANT shall defend (with legal
counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and
its officers, agents, departments, officials, representatives and employees
(collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of
an employee of CONSULTANT or its subconsultants), expense and liability of
every kind, nature and description that arise from or relate to (including, without
limitation, incidental and consequential damages, court costs, attorneys' fees,
litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly
or indirectly, in whole or in part, from: (1) CONSULTANT's performance of
Services under this Agreement, or any part thereof, (including any additional
services authorized by CITY in writing) (2) any negligent act or omission of
CONSULTANT, any subconsultant, anyone directly or indirectly employed by
them, or anyone that they control; (3) any actual or alleged infringement of the
patent rights, copyright, trade secret, trade name, trademark, service mark or any
other intellectual or proprietary right of any person or persons in consequence of
the use by CITY, or any other Indemnitee, of articles or Services to be supplied in
the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and
indemnify any Indemnitee shall not apply to the extent such Liabilities are caused
by the sole negligence or willful misconduct of such Indemnitee, but shall apply to
all other Liabilities. The foregoing shall be subject to the limitations of California
Civil Code section 2782.8 as to any design professional services performed by
CONSULTANT and in particular the limitation on CONSULTANT's duty to
defend whereby such duty only arises for claims relating to the negligence,
recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion
to CONSULTANT's proportionate percentage of fault (except as otherwise
provided in section 2782.8).
(B) The foregoing indemnification provisions will not reduce or affect other rights or
obligations which would otherwise exist in favor of the CITY and other
Indemnitees.
(C) CONSULTANT shall place in its subconsulting agreements and cause its
subconsultants to agree to indemnities and insurance obligations in favor of CITY
and other Indemnitees in the exact form and substance of those contained in this
Agreement.
21. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT or any subconsultant's attempts to assign the benefits or burdens of this
Agreement without CITY's written approval are prohibited and will be null and void.
22.INDEPENDENT CONTRACTOR. CONSULTANT shall at all times be deemed an
independent contractor wholly responsible for the manner in which it performs the Services, and
fully liable for the acts and omissions of its employees, subconsultants and agents. Under no
circumstances shall this Agreement be construed as creating an employment, agency, joint venture
or partnership relationship between CITY and CONSULTANT, and no such relationship shall be
implied from performance of this Agreement. Terms in this Agreement referring to direction from
CITY shall be construed as providing for direction as to policy and the result of Services only, and
not as to means and methods by which such a result is obtained. CONSULTANT shall pay all
taxes (including California sales and use taxes) levied upon this Agreement, the transaction, or the
Services and/or goods delivered pursuant hereto without additional compensation, regardless of
which party has liability for such tax under applicable law, and any deficiency, interest or penalty
asserted with respect thereto. CONSULTANT shall pay all other taxes including but not limited
to any applicable City business tax, not explicitly assumed in writing by CITY hereunder.
CONSULTANT shall comply with all valid administrative regulations respecting the assumption
of liability for the payment of payroll taxes and contributions as above described and to provide
any necessary information with respect thereto to proper authorities. CONSULTANT has no
authority to bind the CITY.
23. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect
to all Services and matters covered under this Agreement. Those records include, without
limitation, correspondence, internal memoranda, calculations, books and accounts, accounting
records documenting its services under its Agreement, and invoices, payrolls, records and all other
data related to matters covered by this Agreement. CITY and its designees will have free access
at all reasonable times to such records, including the right to audit, examine, and make copies,
excerpts, and transcripts from such records, and to inspect all program data, documents,
proceedings and activities. If CITY receives funds from another governmental entity for the
payment in whole or part of the Services, that governmental entity will have all rights the CITY
has under this Section. CONSULTANT will retain all records subject to this Section for at least
three (3) years after termination or final payment under this Agreement.
24. INSURANCE. [All insurance terms subject to review and approval of City Risk Manager]
(A) Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Professional liability
Business automobile liability
Workers compensation
Limits
$1,000,000/$2,000,000 (aggregate)
$1,000,000
$1,000,000
Statutory requirement
(B) Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit of $1,000,000 per occurrence, $2,000,000
general aggregate, for bodily injury, personal injury, and property damage for the
policy coverage. Automobile coverage will be written on ISO Business Auto
Coverage Form CA 00 0106 92, including symbol I (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as
"additional insureds" under said insurance coverage and to state that such
insurance will be deemed "primary" such that any other insurance that may be
carried by CITY will be excess thereto. Such endorsement must be reflected on
ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an
"occurrence," not a "claims made," basis and will not be cancelable or subject to
reduction except upon thirty (30) days prior written notice to CITY.
(C) Professional liability coverage will be on an "occurrence basis" if such coverage
is available, or on a "claims made" basis if not available. When coverage is
provided on a "claims made basis," CONSULTANT will continue to renew the
insurance for a period of at least three (3) years after this Agreement expires or is
terminated. Such insurance will have the same coverage and limits as the policy
that was in effect during the term of this Agreement, and will cover
CONSULTANT for all claims made by CITY arising out of any errors or
omissions of CONSULTANT, or its officers, employees or agents during the time
this Agreement was in effect.
(D) CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
including endorsements, and such other evidence of insurance or copies of
policies as may be reasonably required by CITY from time to time. Insurance
must be placed with California -admitted insurers with (other than workers
compensation) a current A.M. Best Company Rating of at least "A:VII."
(E) Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONSULTANT for CITY.
(F) Should CONSULTANT, for any reason, fail to obtain and maintain the insurance
required by this Agreement, CITY may obtain such coverage at
CONSULTANT's expense and deduct the cost of such insurance from payments
due to CONSULTANT under this Agreement or terminate pursuant to contract
language. In the alternative, should CONSULTANT fail to meet any of the
insurance requirements under the Agreement, City may terminate this Agreement
immediately with no penalty.
(G) Should CONSULTANT'S insurance required by this Agreement be cancelled at
any point prior to expiration of the policy, CONSULTANT must notify City
within 24 hours of receipt of notice of cancellation. Furthermore,
CONSULTANT must obtain replacement coverage that meets all contractual
requirements within 10 days of the prior insurer's issuance of notice of
cancellation. CONSULTANT must ensure that there is no lapse in coverage.
(H) The CITY shall be entitled to any coverage in excess of the minimums required
herein.
(I) 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.
(J) 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.
25. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status
on the Services, which will include a schedule update and a short narrative description of progress
during the past month for each major task, a description of the Services remaining and a description
of the Services to be done before the next schedule update.
26. DISPUTE RESOLUTION.
(A) In the event of any dispute between CONSULTANT and CITY regarding any
claim, demand or request by CONSULTANT for time, money, or additional
compensation for any reason whatsoever CONSULTANT shall submit to CITY,
within 21 days of CONSULTANT's first knowledge of the dispute, a written
description of CONSULTANT's claim, demand or request that provides a narrative
of the pertinent events, the contractual basis of the CONSULTANT's position,
pricing calculations (if applicable) and attaches supporting documentation. CITY
will then review the issue and make a decision thereon. If CONSULTANT shall
fail to provide timely notice of any such claim, demand or request, then
CONSULTANT shall waive is rights to such claim, demand or request, unless
CONSULTANT can demonstrate a manifest lack of prejudice to CITY resulting
from such late notice. CONSULTANT shall continue its work throughout the
course of any dispute, and CONSULTANT's failure to continue work during a
dispute shall be a material breach of this Agreement.
(B) If the CITY denies CONSULTANT's claim, demand, or request in whole or part
and CONSULTANT disagrees, and the claim, demand or request exceeds $50,000
then the parties shall, as a precondition to initiating litigation, submit the dispute
claim, demand, or request to the Los Angeles JAMS office for non -binding
mediation under the appropriate rules. The parties may agree to any other dispute
resolution process. Nothing herein will limit CONSULTANT's obligation to
timely submit to CITY a statutory Government Code Claim, in accordance with
Government Code sections 910 et seq.
27. NOTICES. All communications to either party by the other party will be deemed made when
received by such parry at its respective name and address as follows:
If to CONSULTANT: If to CITY:
ATTN:
City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
Any such written communications by mail will be conclusively deemed to have been received by
the addressee three days after deposit thereof in the United States mail, postage prepaid and
properly addressed as noted above. 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 Section.
28. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws
and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City
Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the
CITY pursuant to Section 27 NOTICES of any staff changes relating to this Agreement.
A. In accomplishing the Scope of Services of this Agreement, all officers, employees
and/or agents of CONSULTANT(S), unless as indicated in Subsection (B), will be
performing a very limited and closely supervised function, and, therefore, unlikely
to have a conflict of interest arise. No disclosures are required for any officers,
employees, and/or agents of CONSULTANT, except as indicated in Subsection
(B).
Initials of Consultant
(B) In accomplishing the Scope of Services of this Agreement, CONSULTANT will
be performing a specialized or general service for the CITY, and there is substantial
likelihood that the CONSULTANT's Services product will be presented, either
written or orally, for the purpose of influencing a governmental decision. As a
result, the following CONSULTANT personnel shall be subject to the Disclosure
Category "I" of the CITY's Conflict of Interest Code:
29. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor
retained any company or person, other than CONSULTANT's bona fide employee, to solicit or
secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to
pay any company or person, other than CONSULTANT's bona fide employee, any fee,
commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting
from the award or making of this Agreement. Should CONSULTANT breach or violate this
warranty, CITY may rescind this Agreement without liability.
30. THIRD PARTY BENEFICIARIES. CONSULTANT's subconsultants shall agree to be
bound to the terms of the Agreement to the extent of their scope of services, including but not
limited to, terms regarding indemnity and dispute resolution, and shall agree that CITY is deemed
an express third party beneficiaries of their subconsultant agreement. Nothing in this Agreement,
however, shall operate to confer such or similar rights or benefits on persons or entities not party
to this Agreement.
31. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California. The exclusive venue for any action involving this
Agreement will be in Los Angeles County.
32. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire
understanding of the parties with respect to the subject matter hereof. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
There is/are ( ) Exhibits (s) to this Agreement. To the extent of a conflict between this
Agreement and one of the Exhibits, the terms of the Agreement shall take precedence. This
Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent
successors and assigns.
33. RULES OF CONSTRUCTION. Each party had the opportunity to independently review
this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a
whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against
either party.
34. SEVERABILITY. 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.
35. AUTHORITY/MODIFICATION. 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. To the extent of any contingency above the original
Agreement amount previously approved by the CITY's City Council, additional Services may be
added to this Agreement by an additional authorization executed by both parties. This Agreement
may be otherwise modified by written amendment, which generally requires approval of the
CITY's City Council. CITY's City Manager, or designee, may execute any such authorization or
amendment on behalf of CITY.
36. CAPTIONS. The captions of the sections and paragraphs of this Agreement are for
convenience of reference only and will not affect the interpretation of this Agreement.
37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
38. DELAY. CONSULTANT shall complete all Services required by this Agreement within the
times specified in the Agreement, except where (1) an event outside of CONSULTANT's
reasonable control causes a delay and (2) CONSULTANT promptly advises CITY of such delay
(such prompt notice to occur no more than 15 days after the first occurrence of the delay). Such
events shall be limited to: acts of neglect by CITY or CITY's agents or by consultants when acting
at CITY's direction; breaches of this Agreement by CITY; Acts of God such as fire and flood;
explosion, acts of terrorism, war and embargo; and other similar causes beyond the Parties'
reasonable control. In the event of an excusable delay the City may elect whether to terminate this
Agreement or extend the time for performance.
39. FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONSULTANT shall
not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond
the control and without the fault or negligence of CONSULTANT, including without limitation
failure to reasonably mitigate any adverse impacts (Force Majeure).
Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural
disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather
conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes,
lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes
or regulations enacted or imposed after the fact (together, "force majeure events").
40. PROTECTION OF RESIDENT WORKERS. The CITY 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 (Form I-9), reviewing required proofs of both identify and employment
authorization, and retaining the Form I-9 for the required period. Updated form I-9 information is
available at www.uscis.gov. The CONSULTANT shall establish appropriate procedures and
controls so no Services or products under the Agreement will be performed or manufactured by
any worker who is not legally eligible to perform such Services or employment.
41. 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 CONSULTANT 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.
CONSULTANT'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.
42. SAFETY OF PERSONS AND PROPERTY. CONSULTANT 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.
43. FACSINHLE OR ELECTRONIC TRANSNUSSION OF CONTRACT AND
SIGNATURE. The parties agree that this Agreement may be transmitted and signed by facsimile
or 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.
44. STANDARD SUPPLEMENTAL PROVISIONS. Notwithstanding Section 32 ENTIRE
AGREEMENT above, the following Standard Supplemental Provision(s), attached to this
Agreement, is(are) incorporated herein by this reference and takes precedence over any conflicting
provision of this Agreement: [Insert name of any applicable SSP(s), and attach only that
SSP(s)—omit remaining SSP(s). Insert "None" if applicable.]
[SIGNATURES ON NEXT PAGE]
IN WITNESS WHEREOF, the parties hereto have executed this contract on the date set forth
below.
FOR CONSULTANT:
M.
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
FAITHFUL PERFORMANCE BOND
PROPOSAL # CP-22-23-40
Citywide Parking Enforcemet
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND
as SURETY, are held and firmly bound unto the City of
Santa Clarita, as AGENCY, in the penal sum of dollars
($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract
term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond
shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond
covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter
into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs
and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations
in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way
release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
2023.
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 by the CONTRACTOR and SURETY prior to submittal.