Loading...
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.