HomeMy WebLinkAbout2001-07-10 - AGENDA REPORTS - STREET SWEEP CONTR (2)CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
DATE: July 10, 2001
City Manager Approval
Item to be presented by:
SUBJECT: AWARD OF CONTRACT FOR CITYWIDE STREET SWEEPING
DEPARTMENT: Field Services
RECOMMENDED ACTION
City Council award contract to Venco Western Inc. in an amount not to exceed $423,900 to
provide street sweeping services Citywide on the following schedule: (Residential and Major
Streets -Option A, Industrial Streets -Option B and City Facilities and Trails -Option Q.
Authorize the City Manager or designee to refine scope of work, negotiate contract and execute
all documents, subject to City Attorney approval. Agreement is for a three-year period with a
possible one year extension.
BACKGROUND
Because the City of Santa Clarita places a high emphasis on quality, staff utilized an Request for
Proposal (RFP) process for selection of qualified providers of street sweeping services. The RFP
provides for the consideration of additional factors other than "low bid" when entering
contractual agreements.
The key areas of evaluation were:
• Responsiveness to the RFP
• Experience and qualifications
• Willingness to meet City needs/Customer Service
• Resources
• Method of Disposal
• Reporting Plan
• Proximity of equipment to City
• Cost
The submitted proposals include several options for sweeping intervals such as once a week,
twice a month, or once a month. Presently the City contracts for sweeping using a combination
of timeframes. For residential areas and major streets, "Option A" format of weekly service is
utilized. Industrial areas are swept bi-monthly (Option B). Trails and city facilities
APPROWED Agenda Item
AWARD OF CONTRACT FOR CITYWIDE STREET SWEEPING
July 10, 2001 — Page 2
maintained using "Option C" which is once monthly. This approach has been in place for the
past four years and appears to be both adequate and fiscally conservative. For these reasons,
staff is recommending continuing the same strategy.
Four responses to our "Request for Proposals" were received. Staff from Environmental
Services Division of the Planning and Building Services Department and the Storm Water
Utilities Division and Streets Division of the Field Services Department evaluated the proposals.
Two of the firms were invited to an interview. Based on criteria established in the RFP, the firm
of Venco Western Inc. was found to be most responsive to the City's needs. Selection criteria
included items such as experience, performance standards, resources and disposal plan.
The proposals incorporated a cost for sweeping school facilities. This item was included as a
courtesy in the previous and present proposals but has not been utilized in the past. Should the
school districts choose to sweep their lots they could rely upon our RFP process and enter a
separate contract. They will be contacted once a contract has been established between the City
and the sweeper company.
ALTERNATIVE ACTION
Utilize only low bid proposal.
Other action as determined by Council.
FISCAL IMPACT
Funds in the amount of $423,900 have been proposed in the Fiscal Year 2001/2002 budget in
Account No. 5230-8059. Note: the total costs identified in the proposals are for comparison
purposes. The contract will be based on unit costs with expenditures not to exceed the budget as
establish by Council each year.
ATTACHMENTS
Copy of Request for Proposals (available for review in the City Clerk's reading file)
Table of Proposals Received.
/admin/ccimms/sweep0l a.dm
COST COMPARISON
RECOMMENDED SWEEPING SCENARIO
Recommended Scenario:
Major Streets and residential roadway Option A - Once Weekly
Industrial Option B - Twice Monthly
Trails and Park ing Lots Option C - Monthly
California
Venco
A.V.
Nationwide
Street Maint.
Western,Inc.
Equipment
Environment.
Residential
-A-
$359,073.00
$393,485.00
$523,380.00
$566,836.40
Major Streets
-A-
$ 73,120.32
$ 80,144.06
$ 86,486.40
$ 93,667.39
Industrial
.B.
$ 5,388.24
$ 5,930.50
$ 6,006.00
$ 7,433.71
Trails
-C-
$ 7,200.00
$ 2,394.00
$ 3,600.00
$ 3,576.00
City Facilities
-C-
$ 6,000.00
$ I2.405.00
$ 13.000.00
$ 7.065.00
$450.781.56
$494,358.56
A632,472.40
$678,578.50
CITY OF SANTA CLARITA
DEPARTMENT OF FIELD SERVICES
REQUEST FOR PROPOSALS
CITYWIDE STREET SWEEPING SERVICES
Table of Contents
1.
Intent of Proposal
2.
Submittal Guidelines
3.
Evaluation and Selection
4.
Qualifications
5.
Scope of Work
6.
Standards of Performance
7.
Billing and Contract Terms
8.
Reports
9.
Price Proposals
10.
Attachments
1. INTENT OF PROPOSAL
The City of Santa Clarita is soliciting proposals from qualified contractors to perform
street sweeping services within the corporate limits of the City for a three-year period.
One contractor will be selected for the purpose of sweeping approximately 610 curb
miles of streets and various parking facilities within the City of Santa Clarita. This
number is expected to increase as newly constructed roads and annexations of areas not
currently within the City limits are added.
2. SUBMITTAL GUIDELINES
A. Address
Please address proposals to the attention of: Terri Maus, Director of Field
Services, Proposals shall be delivered to the Office of the City Clerk of the
City of Santa Clarita, 23920 Valencia Blvd. Suite 304, Santa Clarita, CA,
91355. The envelope containing the proposal shall be sealed and plainly
marked "Proposal for Street Sweeping Services, City of Santa Clarita,"
and shall bear the name and address of the contractor.
B. Deadline
The City of Santa Clarita, Office of the City Clerk, must receive proposals
no later than 9:00 a.m. on Monday, June 11, 2001.
C. Product
Provide three- (3) original, bound, double -sided final reports and three (3)
copies, double -sided.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 2 of IS
D. Name, Address, and Legal Status of Contractor
All proposals must be prepared in ink or typewritten and signed by a legal
representative of the contractor. The address of the contractor must be
given. The legal status of the contractor, whether individual, partnership,
or corporation, shall also be stated.
A corporation shall execute the proposal by its duly authorized officers in
accordance with its corporate by-laws and shall list the state in which it is
incorporated. A partnership shall give full names and addresses of all its
partners.
If the contractor is a joint venture consisting of a combination of any of
the above entities, each joint venturer shall execute the proposal. Anyone
signing a proposal as an agent of another or others shall submit legal
evidence of this authority to do so with the proposal.
E. Price Proposal Section
The costs, as written on the proposal form, shall govern, and any errors
found on extensions or sums to prices will be corrected by the City. Use
of proposal forms supplied by the City is required.
F. Rejection of Proposals
The City reserves the right not to accept any proposal, or to reject any or
all proposals, and to waive defects or irregularities in any proposal, at its
discretion. Any proposal may be withdrawn prior to the deadline for the
receipt of proposals. Any proposal received after the deadline shall not be
considered.
G. Pre -Proposal Conference
A mandatory Pre -Proposal Conference will be held to present additional
information and answer questions. It is required that a representative of
all prospective contractors attends this conference. The conference will be
held on May 10, 2001 at 9:00 a.m. in the Field Services Conference
Room, 25663 Avenue Stanford, Santa Clarita. A map is enclosed.
Proposals will not be accepted from any contractor that is not represented
at this conference.
3. PROPOSAL EVALUATION AND CONTRACTOR SELECTION
A. Process
Immediately following the deadline for receipt of proposals as stated
above, all proposals submitted will be analyzed and reviewed by an
evaluation panel comprised of representatives chosen by the City. During
the selection process, the evaluation panel may choose to interview any of
the prospective contractors. This interview is for clarification purposes
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 3 of 18
only, and no new material will be permitted at this time. Proposers will be
asked to present their proposal at the interview. The panel will then
recommend the selection of a contractor to the City Manager/City Council
for final approval.
Time is of the essence in this matter. Once approved by the City Council,
the successful contractor will be expected to immediately process all
necessary documentation in order to commence operations on July 1,
2001.
B. Evaluation Criteria
Proposals will be evaluated on the following criteria:
• Responsiveness to the RFP
• Experience and qualifications of the Contractor as outlined in the RFP
• Contractor's willingness to meet City's performance standards
• Resources available to the City
• Contractor's method of debris disposal and recycling
• Contractor's plan to report debris removed, including disposal and
transfer locations.
• Contractor's plan to keep the street sweeping operation in the City of
Santa Clarita to the extent possible
• Cost
C. Notification and Responsibility of Selected Contractor
The contractor shall be deemed as having been selected when the City
shall have mailed formal notice of selection to the contractor by certified
mail, return receipt requested. The contractor who has been selected shall
be required to execute three (3) copies of the contract and to furnish
insurance certificates as required. In case of the contractor's refusal or
failure to do so within 10 days after the receipt of formal notice of
selection, contractor will be considered to have abandoned all his/her
rights and interests in the selection, and the selection may then be made of
the next best qualified contractor or the City may elect to repeat the RFP
process.
4. QUALIFICATIONS
The contractor must provide, within the proposal, certified supporting data
regarding the qualifications of the Contractor as defined in this section of the
RFP. The contractor is required to furnish the following information:
A. Contractor's Experience
Satisfactory evidence that the contractor and all subcontractors possess
not less that five (5) years actual operating experience in the field of
municipal street sweeping.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 4 of 18
B. Evidence of Comparable Experience
Satisfactory evidence that the contractor's experience in municipal street
sweeping services is derived from operations of comparable size to that
contemplated by this Request for Proposals. Details shall include length
of other contracts, name and size of municipality, nature of services
provided, the contact person and phone number of the municipality in
question, and experience at handling emergency and special event
sweeping.
C. Evidence of Good Standing
Evidence that the proponent is in good standing in the State of California,
and, in the case of a corporation organized under the laws of any other
state, evidence that the proponent is license to do business in the State of
California or a sworn statement that it will take all necessary action to
become so licensed if the proposal is accepted.
D. Equipment
1. Inventory
A detailed inventory of the contractor's equipment and accessories
that will be used to fulfill this contract. This inventory shall
include a detailed listing of the following for each piece of
equipment:
a. Type, model, and year of manufacture
b. Type of sweeping equipment used (i.e. vacuum, mechanical
broom, regenerative air, etc.)
C. Type and manufacturer of recording device for hour of
operation, miles per hour and brush operation monitoring
d. Total number of miles and hours (miles only, if vehicle is
not equipped with an hour meter) each vehicle has been in
service, and
e. Anticipated remaining useful life as of the date of
inventory.
2. Leased Equipment
All leased equipment shall be listed separately with the same
detailed inventory listing from the previous section; the time
remaining on each machine's lease and options for renewal, where
applicable, shall be stated.
3. Equipment to be Purchased
All new equipment to be acquired to accomplish this contract must
be available at the time of the commencement of the operation.
Delivery guarantees by manufacturers shall be attached to the
proposal document.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 5 of 18
4. Equipment Requirements
Sweepers shall be equipped with two-way radios. Sweepers must
have means to monitor speeds, hours of operation and brush
operation for reporting purposes. Sweeper operators shall be
equipped with pagers with vibration mode and cellular phones.
Operators shall be required to respond to any page within 5
minutes.
E. Personnel Information
The names and resumes of the principal officers, partners, and or officials
shall be submitted. The name(s) and resume(s) of the individual(s) who
will be considered in responsible charge of the City of Santa Clarita street
sweeping contract shall be clearly indicated. The names and years of
experience of sweeper drivers and backup personnel with copies of State
of California Department of Motor Vehicles records are also to be
submitted.
F. Insurance
Each proposal must be accompanied by a certificate of insurance as
follows: The contractor shall keep continually in force during the term of
this agreement, general and public liability insurance in an amount not less
than $1,000,000 combined single limits. The contractor shall keep
continually in force an additional umbrella policy for $2,000,000.
Contractor also agrees to furnish workers' compensation insurance in
accordance with the laws of the State of California. The contractor shall
also maintain public liability and property damage insurance coverage for
automotive and special equipment, including all sweeping equipment, with
coverage limits of not less than $1,000,000 combined single limit.
All insurance obtained by the contractor shall also insure the City of Santa
Clarita, its officers, agents, and employees. All policies shall contain
provisions naming the City of Santa Clarita as an additional named
insured and require that sixty (60) days notice be given prior to the
cancellation, modification, or reduction of the limits of the policy by the
insured.
G. Performance Bond
The proposal shall be accompanied by a letter from a corporate surety
satisfactory to the City stating that the Performance bond will be furnished
by it to the person submitting the proposal in the event they are the
successful contractor. Such letter is to be signed by an authorized
representative of the surety together with a certified and effectively dated
copy of their power of attorney attached thereto.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 6 of 18
The successful contractor will be required to furnish, for City Attorney's
approval within ten (10) working days from date of Notice of Award, a
performance bond as surety for the faithful execution of the contract. Said
performance bond must be in the amount of $300,000, and must remain in
effect for the duration of the contract.
Contractor shall require surety company to notify City in writing no less
than thirty (30) days prior to the cancellation of the performance bond.
Premium for the bonds described above shall be paid by the contractor. A
certificate from the surety showing that the bond premiums are paid in full
shall accompany the bond. The surety on the bond shall be a duly
authorized corporate surety, authorized to do business in the State of
California.
H. Licenses
The successful contractor shall possess a valid State of California
Contractor license at the time the contract is awarded, and shall maintain
that license throughout the life of the contract. The license number shall
submitted with the proposal.
I. Additional Information
The City reserves the right to request any additional information to
determine if the contractor is adequately prepared to fulfill the contract.
J. Disqualification of Contractors
Although not intended to be an exhaustive list of causes, any one or more
of the following causes, among others, may be considered sufficient for
the disqualification of a contractor and the rejection of their proposal:
1. Evidence of collusion among contractors.
2. Lack of competency as revealed by financial statements,
experience or equipment statements, as submitted, or other factors.
3. Lack of responsibility as shown by past work, judged from the
standpoint of workmanship, as submitted.
4. Default on previous municipal contract.
5. Other causes.
5. SCOPE OF WORK
A. The contractor is responsible to sweep every curb mile within the City of
Santa Clarita. This includes all median curbs and cul-de-sacs within the
sweeping schedule. Currently, the number of curb miles within the
corporate limits of the City is approximately 610. The stated number of
curb miles may increase over the course of the contract due to completion
of newly constructed roads and/or annexation of previously
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 7 of 18
unincorporated areas into the City. The contractor is responsible to sweep
all additional curb miles at the "per additional curb mile" rate quoted in
the Price Proposal section of the RFP. The Price Proposal section of the
RFP asks the contractor to break down their costs into sections. Three of
these, Residential, Industrial and Major Streets and Medians, will be
designated on a map to be handed out at the Pre -Proposal Conference. In
order to give the contractor a more accurate idea of the scope of work, the
following distances have been measured:
Non -Residential Areas Curb Miles
Industrial 14.3
Major Streets and Medians 100.8
Total Non -Residential Curb Miles 115.1
B. The contractor is responsible for sweeping all City owned or leased
parking lots with 25 or more parking spaces. Names and sizes of these
facilities can be found on Attachment A. The contractor must plan a
sweeping schedule of these lots with a City -designated contact
person. The stated number of lots that meet this requirement may
increase over the duration of the contract. The contractor is responsible to
sweep all additional lots at the "per additional square foot" rate quoted in
the Price Proposal section of the RFP.
C. The contractor shall perform twenty-four (24) free -of -charge sweeping
projects each contract year at the request of the City. These sweeps are
not re -sweeps of an area not done properly (see Section 6, B, Number 4),
but rather an additional sweep that is not part of the regular schedule.
These may be used to clean before and after a parade or other special
event, or for any reason the City chooses. The total curb miles to be swept
during the above stated "free sweeps" will not exceed a total of 100 miles
per contract year.
D. The contractor shall provide price proposals on the following items;
however, they may or may not be part of the final scope of work:
1. Trail System
The City's trail system is approximately ten (10) feet wide, and is
currently ten (10) miles long. The stated number of linear miles
may increase over the course of the contract. The contractor will
be responsible to sweep all additional miles at the "per additional
linear mile rate" quoted in the Price Proposal section of the RFP.
2. School District Facilities
There are approximately 1.2 million square feet of parking lot
space throughout the four school districts in approximately 35
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 8 of 18
separate facilities. Since the total square feet of space is an
estimate, the contractor shall provide a per square foot cost, rather
than a total cost. If the City chooses to include this in the final
scope of work, the cost will be based on the actual square footage
at the quoted per square foot rate.
E. Contractor shall provide assistance at no cost to the City, in the
development of public service announcements on the benefits of street
sweeping. The contractor will be responsible to contribute funds not to
exceed $10,000 per year of the contract for said publicity.
6 STANDARDS OF PERFORMANCE
The contractor shall follow the following standards of performance:
A. General
1. The contractor shall place signs, approved by the City, on the street
sweeping equipment used in the performance of the work. Signs
shall be a minimum of three (3) inches high, visible from both
sides of the vehicle, and shall read "Any questions or comments?
Please contact
(Company name & phone number)
2. The contractor shall make arrangements at his/her expense with the
three local water companies for use of fire hydrants to obtain water
necessary for the operation.
3. The contractor shall maintain an office staffed by a responsible
representative for receipt of requests and complaints. The office
shall be open from 8:00 a.m. to 5:00 p.m., Monday through Friday,
not including approved holidays
4. The phone number to this office shall be toll-free from within the
City of Santa Clarita. The contractor must provide the City with
an after-hours contact name and number to use in case of
emergency.
5. The contractor shall provide pagers and two way radios to all
sweeper operators so that City staff is able to directly communicate
with sweeper operators until 5:00 p.m. each weekday. The
contractor shall provide a list of all sweeper operators and their
current pager numbers to the City on a monthly basis.
B. Sweeping Standards
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 9 of 18
1. Sweeping must be performed in accordance with accepted
standards for routine and emergency municipal street cleaning.
2. Sweepers used must be one of the following types: regenerative
air, broom brush sweeper, vacuum sweeper, or other which can be
proven to be equally effective at removing fine particulate matter
and sediment.
3. Equipment shall control and remove dust from the surface being
swept, and control airborne particles to the maximum extent
practicable in compliance with existing AQMD Standards and the
Clean Air Act. All equipment shall remain in compliance with
AQNM Rule 119 (attached).
4. When necessary for proper cleaning, contractors shall make more
than one pass on a street, without extra charge.
5. Contractor shall immediately respond when notified by the City to
re -sweep unsatisfactory areas at no additional charge.
6. Sweepers shall operate at speeds recommended by the
manufacturer for optimum sweeping (typically 6 to 8 miles per
hour).
7. Cul-de-sacs, which are too small for sweepers to clear the turning
radius, must be swept by hand. An acceptable alternative to hand
sweeping will be considered. The proposal must contain a cost for
this item, any alternative must best shown as a separate item in the
proposal.
8. All paved median islands are to be swept by hand on a weekly
basis. An acceptable alternative to hand sweeping will be
considered. The proposal must contain a cost for this item, any
alternative must best shown as a separate item in the proposal.
9. No chemicals, including but not limited to chloride, nitrates, and
chloroform, shall be used to enhance the cleaning of the street.
C. Scheduling
1. Contractor must schedule street sweeping to take place on the day
immediately following trash pick-up on that street. Schedules for
trash pick-up will be available to the contractor who is selected.
Sweeping schedules must be modified if the trash pick-up schedule
changes.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 10 of 18
2. Sweeping in residential areas shall not commence prior to 7:00
a.m., and sweeping in business areas shall be completed prior to
7:00 a.m.
3. Contractor shall submit sweeping schedules to the City for
approval 30 days prior to commencement of operations.
Contractor shall also submit notice of any modification to the
schedules 30 days prior to commencement of the modified
schedule.
Ell
D. Disposal of Refuse
1. Contractor is responsible for collecting, transporting, and disposing
of all waste at the appropriate disposal facilities in accordance with
applicable federal, state, and local laws and regulations, including
the Clean Water Act and the City's National Pollutant Discharge
Elimination System (NPDES) program. All costs for said disposal
shall be paid by the contractor.
2. The City strongly encourages the contractor to use alternate
disposal options such as reuse and recycling of applicable
materials. The City will assist the contractor in the exploration of
these options.
3. Storage areas on streets or private property within the City of Santa
Clarita will not be permitted unless prior approval is obtained from
the City. If approval is obtained for storage of waste within the
City, the approved facility shall be fully contained and not emit or
allow runoff.
4. Discharging or disposal of liquid or solid waste, including leakage
from sweepers, will not be permitted onto public or private
property, streets, or storm drain systems.
5. At no time will a hopper of a street sweeper be allowed to exceed
capacity.
6. The contractor shall secure a place in the City to dump, and shall
identify such site in the submitted proposal.
E. Equipment Maintenance
1. Contractor shall keep accurate records of maintenance and repairs
on equipment used on this contract, which shall be available at any
time for the City to request.
City of Santa Clanta
Second Draft Request for Proposals — Street Sweeping Services
Page 11 of 18
2. City shall have the right to perform periodic inspections of the
equipment.
3. Contractor shall replace worn parts as required and install brooms
of the appropriate weight. All adjustments and repairs shall be
done in a timely manner.
4. Contractor shall maintain proper brush adjustment, rotation rate,
and sweeping pattern to maximize sweeping efficiency per
manufacturers recommendations.
5. Contractor shall periodically review maintenance and operation
procedures to determine if procedures are being properly
implemented.
F. Complaints
1. All public complaints concerning street cleaning shall be brought
to the attention of the contractor. Complaints will be investigated
by the contractor and action will be taken to mitigate the cause of
the complaint.
2. Complaints brought to the contractor's attention shall be
investigated and resolved by 5:00 p.m. the following business day.
3. A standardized form, to be approved by the City, shall be
completed for each complaint received by or referred to the
contractor.
4. Contractor shall be required to file a monthly report on all
complaints. For requirements of the report, see Section 8, Part C.
G. Holidays and Inclement Weather
1. When inclement weather, in the opinion of the City's authorized
representative, prevents adherence to the regular sweeping
schedule for two or less days in a given week, the sweeping areas
so affected by the weather shall be swept within five (5) days of
the scheduled sweeping without interruption of the regular
sweeping schedule. The contractor shall perform all extra work
required by such inclement weather without additional charge, and
shall provide the City with a schedule of when the makeup
sweeping will be done.
2. When any holiday or observance, as specified in the Government
Code of the State of California, occurs on a regular scheduled
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 12 of 18
sweeping day, said sweeping area shall be swept within two (2)
days from the regularly scheduled sweeping day without
interruption in the regular sweeping schedule. The contractor shall
publish an annual sweeping schedule, to the satisfaction of the
City, so all affected residents are notified, and notice of any change
in the regular sweeping day due to a holiday or observance shall be
coordinated with the City and published in the City's local
newspaper.
3. In the event the contractor is prevented from completing the
sweeping as provided in the schedule due to reasons other than
inclement weather, they shall be required to complete the sweeping
services so deferred prior to the next regular scheduled date, or
give the City credit for the curb miles not so performed at the rate
shown on the proposal.
H. Rights of City to Perform During Emergency
1. Should the contractor, for any reason whatsoever, except the
occurrence of a natural disaster, refuse or be unable to perform
scheduled sweeping duties for a period of more than seventy-two
(72) hours, the City shall have the right, upon twenty-four (24)
hour prior written notice to contractor, during the period of such
emergency, to temporarily take possession of any or all equipment
and facilities of contractor previously used in the sweeping and
disposal of refuse under the contract, and to use such equipment
and facilities to perform the tasks outlined in the contract.
Contractor agrees that in such event it will fully cooperate with
City to effect such a transfer of possession for the City's use.
2. Contractor agrees that, in such event, City may take temporary
possession of and use said equipment and facilities without paying
and rental or other charge. City agrees that it shall immediately
relinquish possession of all of the above-mentioned property to
contractor upon receipt of written notice from contractor to the
effect that it is able to resume its normal responsibilities under the
Street Sweeping contract.
7 BILLING AND CONTRACT TERMS
A. Billing
Billings shall be submitted monthly, and shall be based on one twelfth of
the annual cost. Additional curb miles shall be billed at the rate quoted in
the price proposal. Additional curb miles are to be billed only upon City
approval, which must be obtained prior to work commencing.
B. Contract Terms
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 13 of IS
The Street Sweeping agreement shall be for a period of three (3) years.
Prior to March 1, 2004, contractor has the option to provide City a price
proposal for a fourth year, and request renewal of agreement. The City
has the sole discretion in the decision to renew the contract. If no proposal
is tendered by March 1, 2004, the City will automatically proceed with the
RFP process.
S REPORTS
In addition to other data filed with the City of Santa Clarita, the contractor shall,
on a monthly basis, file reports with the City detailing the listed information for
the previous month. The reports shall be submitted with the invoice for the
previous month. All reports will be pre -formatted by the City in either Microsoft
Excel or Microsoft Access. The contractor will be required to input the date, and
provide to the City on hard copy and a 3 t/2" diskette. The City reserves the right
to change the format or requirements of the reports at any time.
A. Street Sweeping Log: each sweeping area detailed by name and
description, date swept, frequency, curb -miles swept, impediments to
effective cleaning, and the amount of waste collected.
B. Scheduled areas not done or not completed as scheduled, as shown on a
tachometer and a map, reasons, and the date and time missed areas were
swept.
C. Complaints: quantity, detail of each complaint, actions taken, resolution.
D. Monthly totals of waste collected, total weight, location of disposal, and
cost of disposal to contractor.
E. Constant record of each sweeper's speed in miles per hour, hours of
vehicle operation and brush operation (this report only to be filed at the
City's request).
F. Failure to submit required reports with the invoice would result in delay of
payment of invoice until such time that reports are submitted to the
satisfaction of the City.
9 PRICE PROPOSALS
Contractor shall provide annual cost proposals for all of the listed options. The
City of Santa Clarita reserves the right to use any of the following options, and to
change at any time during the course of the contract.
Option A Once Weekly
Option B Twice Monthly
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 14 of 18
Option C Once Monthly
Option D Weekly during peak season (September, October, and November);
Monthly during non -peak season (December through August)
Option E Weekly during peak season (3 month period to be specified by
City); Bi -weekly during non -peak season (9 months not specified
as peak).
Option A Option B Option C Option D Option E
Residential
Total
Per Additional Curb Mile
Industrial
Total
Per Additional Curb Mile
Major Streets and Medians
Total
Per Additional Curb Mile
City Facilities
Total
Per Additional Square Foot
Trail System*
Total
Per Additional Linear Mile
School District Facilities*
Per Square Foot
* Descriptions of these items are in Section 5, Scope of Work.
10. COMPLIANCE WITH LAWS — LIQUIDATED DAMAGES. In addition to
the requirements set forth in the Agreement, Contractor shall comply with all aspects of
the City's NPDES permit. Should Contractor fail to comply with the City's NPDES
permit, Contractor shall pay to City, a sum, as liquidated damages, according to the
following provisions:
A. Deliberate or Grossly Negligent Violations: For each deliberate or grossly
negligent act committed by Contractor that violates the City's NPDES
permit Contractor shall pay to City the sum of $5,000 as liquidated
damages and further reimburse City for any and all expenses, including
staff costs, incurred by City as a result of said act. By way of example
only, deliberate or grossly negligent acts may include, but are not limited
to, purging of liquid onto City streets or into catch basins, or incorrect
disposal of refuse.
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 15 of 18
B. Negligent Violations: For each negligent act committed by Contractor that
violates the City's NPDES permit Contractor shall pay to City the sum of
$1,000 as liquidated damages and further reimburse City for any and all
expenses, including staff costs, incurred by City as a result of said act. By
way of example only, negligent acts may include, but are not limited to,
improperly maintained (leaking) vehicles.
The City and Contractor agree and acknowledge that in the event of a violation of the
City's NPDES permit by Contractor, the actual damage to the City as a result of said
violation, in addition to the out-of-pocket cost to City of addressing the violation, would
be difficult if not impossible to ascertain with any degree of certainty. Therefore, the
parties have negotiated this liquidated damages provision such that a sum as calculated as
set forth above represents a reasonable sum to be paid to City by Contractor as and for
liquidated damages for each violation of the City's NPDES permit committed by
Contractor. The parties have agreed upon the foregoing as a liquidated damages
provision, and not as a penalty.
Contractor agrees to indemnify and hold harmless City and to pay any penalties, fines or
levies imposed upon City or Contractor by any County, State or Federal agency
ATTACHMENTS
A. List of City Facilities
B. Map of City of Santa Clarita
C. List of Private Streets (not to be included in scope of work)*
D. Street Sweeping Contract*
E. AQMD Rule 1186/1186A
F. Agreement to comply with all requirements.
* To be handed out at the Pre -Proposal Conference (see Section 2, Part G).
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 16 of 18
• ATTACHMENT A
CITY FACILITIES
Facility Name
Approximate Size (in square footage)
1.
City Hall Parking Lot
81,000
23920 Valencia Blvd.
2.
City Hall Auxiliary Parking Lot
17,856
24401 Del Monte Drive
3.
Field Services Facility Lots
65,685
25663 Avenue Stanford
4,
Santa Clarita Metrolink Station
304,100
22122 Soledad Canyon Road
5.
Jan Heidt Metrolink Station
107,325
24305 Railroad Avenue
6.
Via Princessa Metrolink Station
181,393
22201 Via Princessa
7.
Bouquet Canyon Park
25,996
28127 Wellston Drive
8.
Canyon Country Park
26,964
17615 W. Soledad Canyon Road
9.
Central Park
120,000
27150 Bouquet Canyon Road
10.
Newhall Park
19,215
24933 Newhall Avenue
11.
North Oaks Park
15,496
27824 N. Camp Plenty Road
12.
Old Orchard Park
10,000
25023 N. Avenida Rotella
13.
Pamplico Park
10,000
14.
Santa Clarita Park
10,919
27285 Seco Canyon Road
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 17 of 18
14. Santa Clarita Sports Complex 300,000
15. Circle "J" Park 9,840
Total Approximate Square Footage 1,305,789
City of Santa Clarita
Second Draft Request for Proposals — Street Sweeping Services
Page 18 of 18
ATTACHMENT B
MAP OF CITY OF SANTA CLARITA — STREET INFORMATION
Major Streets and Medians
Bouquet Canyon Road
Cinema Drive
Creekside Road
Drayton Street
Lyons Avenue
McBean Parkway
Newhall Avenue
Newhall Ranch Road
Orchard Village
Sierra Highway
Soledad Canyon Road
Town Center Drive
Valencia Blvd.
Wiley Canyon Road
Industrial
Anza Drive
Avenue Stanford
Avenue Crocker
Avenue Hall
Avenue Hopkins
Avenue Kearney
Avenue Mentry
Avenue Scott
Beale Court
Huntington Lane
Fremont Court
Rye Canyon Road
Technology Drive
Between:
Magic Mountain Parkway and Urbandale
Valencia Blvd. and Bouquet Canyon Road
McBean Parkway and Valencia Blvd.
San Fernando Rd. and Beazley
I-5 and San Fernando Road
I-5 and Decoro
Magic Mountain Parkway and Creekside Road
McBean Parkway and Bouquet Canyon Road
McBean Parkway and Lyons Avenue
Clampitt Road and San Fernando Road, and
Friendly Valley and Cross Avenue
Bouquet Canyon Road and Shadow Pines Blvd.
Valencia Blvd. and Magic Mountain Parkway
I-5 and Bouquet Canyon
Lyons Avenue and Orchard Village
Avenue Stanford and City limits
Avenue Kearney and City limits
Rye Canyon and City limits
Residential
All other streets within the City limits qualify as residential except the following, which
are not to be swept *:
Magic Mountain Parkway (Highway 126)
San Fernando Road (Highway 126)
Placerita Canyon Road (Private)
* More private streets will be identified as the process progresses.