Loading...
HomeMy WebLinkAbout24 - Street Sweeping ServicesCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 24 March 23, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, (949) 644 -3055 mharmon(a.newportbeachca.gov SUBJECT: Vendor Selection for Contract Negotiations for Street Sweeping Services ISSUE: Should the City Council select a vendor and direct staff to negotiate a five -year contract to provide street sweeping services? RECOMMENDATION: Direct staff to negotiate a five -year contract (five -year initial contract with five (5) optional one -year extensions) with Arakelian Enterprises, Inc., dba Athens Services, to provide city -wide street sweeping services. DISCUSSION: Background On January 12, 2010, City Council approved a Street Sweeping Request for Proposal (RFP) document for distribution to a list of contractors on file with the General Services Department, and authorized staff to return to Council with a selected firm if appropriate (Attachment 1). This action by Council followed a Study Session report on September 22nd and a Finance Committee meeting regarding street sweeping on October 13th. A copy of the January 12th agenda report, approved minutes, and a draft contract reviewed by the Office of the City Attorney are attached. Project Description/Term of Contract The contractor will be required to perform sweeping services for 655 curb miles of City streets on a weekly basis. Street sweeping equipment must be approved by the City Vendor Selection for Contract Negotiations: Street Sweeping Services March 23, 2010 Page 2 and comply with all AQMD requirements for clean fuel (CNG /LNG) use. Contractor will ensure curb -to -curb coverage, including turnouts and medians. The contractor shall perform 150 curb miles of special event sweeps at no additional cost for each contract year at the request of the City. The contractor shall also provide 250 curb miles of inclement weather sweeps at no additional cost to the City. Both special event and inclement weather sweeping are in addition to the 655 curb miles of weekly prescheduled sweeping services. Experience has proven that a multi -year contract is the most cost - effective means to have street sweeping services performed for both the City and the contractor. The term of the proposed contract is for five years due to the large commitment of personnel and equipment required to provide this service. At the conclusion of five years, the City will hold an option to continue the agreement with five one -year extensions. An annual CPI increase is included after the 15t year of service and is capped at a maximum of 3% per year. Proposal Process and Analysis On January 21, 2010, a copy of the RFP was mailed to 22 companies on file with the General Services Department. On February 2 "d, 14 companies attended a mandatory pre -bid meeting to discuss the RFP requirements in detail. The deadline for submitting a proposal to the City was February 19, 2010. Prior to this deadline, the City received 11 proposals to provide city -wide street sweeping services. As indicated in Section 1.E of the RFP, costs /fees were not the sole criteria for selection of a contractor. Evaluation criteria for the proposals also included background and experience, and technical expertise given the scope of work required for this contract. Cost Information: Each proposal was required to provide two separate cost proposals - 1) Total Annual Cost for Weekly Sweeping (52 sweeps per year per street), and, 2) Total Annual Cost for Twice Monthly Sweeping (24 sweeps per year per street). As the following chart indicates, Athens Services was the lowest, responsive proposal. 1) City Provided Service 2) Athens Services 3) Ware Disposal (alternative) 4) CR &R Inc. 5) Dickson Services 6) Ware Disposal 7) Cannon Pacific 8) Nationwide Environmental 9) CleanStreet 10) Sunset Property Service 11) Webco Sweeping 12) Rainbow Disposal Vendor Selection for Contract Negotiations: Street Sweeping Services March 23, 2010 Page 3 PROPOSAL RESULTS WEEKLY SERVICE (52 sweeps) $852,000 $419,960 $442,510 $524,554 $544,440 $591,261 $629,735 $687,589 $711,419 $742,048 $878,551 $895,254 Background and Experience/Technical Expertise: TWICE MONTHLY (24 sweeps) N/A $229,983 $178,525 $335,260 $301,536 $188,525 $408,470 $430,410 $386,476 $364,766 $415,383 $447,852 Athens Services has been providing street sweeping services for over 23 years. Currently, 15 municipalities in Orange and Los Angeles Counties contract with Athens for city -wide street sweeping services (600,000 residents and businesses). In addition, and in regards to technical experience, the following five cities have transitioned from municipal provided services to full contracts with Athens Services for street sweeping: Placentia, Azusa, Pomona, Glendora, and Irwindale. Staff has contacted these cities and they were very satisfied with the smooth transition to contract sweeping, the reduced overall cost, and the continued high quality of service provided by Athens. Athens experience in transitioning cities from municipal services to contract services will be critical in the success of this agreement. Athens Services has proposed to use Compressed Natural Gas (CNG) sweepers, and they will fuel this equipment at the new CNG Station located in the City Yard. The City Vendor Selection for Contract Negotiations: Street Sweeping Services 1 March 23, 2010 Page 4 receives a $0.10 royalty payment for each gasoline gallon equivalent (GGE) of fuel sold from the station, so this revenue to the City will further reduce the overall cost of the contract. In addition, the clean- burning CNG sweepers used by the contractor will replace the older diesel equipment that is currently being used by the City, which will improve air quality and reduce noise levels in the community. Financial Review Funding for this agreement will be included in the Fiscal Year 2010 -11 budget. The current annual cost for street sweeping services, with City personnel and equipment, is approximately $915,000 per year (Attachment 2). Based on the proposal from Athens Services of $419,960, this agreement would represent a savings of approximately $250,000 in FY 2011 (transition year), and $450,000 to $500,000 per year in subsequent years. Over the 10 -year term of this agreement, the total cost savings by contracting with Athens Services will be approximately $5,800,000. In addition to the ongoing operational savings listed above, staff has identified significant one -time cost savings. Currently, the City's Equipment Replacement Reserve Fund includes $600,000 for the future replacement of City owned street sweepers. These funds would be transferred back to the General Fund if Council approves an outside contract for these services. Recommendation Based on the evaluation of bids using the criteria above, City staff believes the proposal from Athens Services will provide the best value for the City in terms of cost and service level. Following City Council's direction to negotiate the terms of the contract with Athens Services, staff will enter into a 2 -week negotiation period to discuss the terms in the agreement. The terms will include the phased or transition plan, storage of sweeping equipment, fueling at City Yard, maintenance and repair schedules, use of Global Positioning Systems (GPS) on each sweeper, and possible route changes. During this period, both parties will have the ability to negotiate all terms, with the exception of cost. Following the negotiation period, staff will return to the City Council on April 27th for the final approval of the agreement and execution of the contract. The targeted start date for this project is June 1, 2010. Vendor Selection for Contract Negotiations: Street Sweeping Services March 23, 2010 Page 5 Service Level - Weekly vs. Twice Monthl Due to the competitive proposals, potential water quality issues, wind /sand problems in beach and bay areas, significant tree litter in Newport Beach, and resident expectations, staff is strongly recommending that weekly street sweeping be continued. Changing to a twice- monthly sweeping schedule would also require changing several hundred signs for streets that are currently posted (restricted parking on sweep days), and require a significant learning curve for residents already familiar with our weekly schedules. Environmental Review: This project does not require environmental review Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). Legal Review The City Attorney's Office has reviewed the Request for Proposal document and Draft Agreement (Attachment 3). General Services Director Attachments 1) January 12 City Council Staff Report 2) Analysis of Current Street Sweeping Cost 3) Draft Agreement TO CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Attachment 1 Agenda Item No. 15 January 12, 2010 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, 949 - 644 -3055 mharmon@newportbeachca.gov SUBJECT: CITY WIDE STREET SWEEPING: REQUEST FOR PROPOSAL (RFP) ISSUES: Should the City consider contract street sweeping? RECOMMENDATION: Staff recommends that the City Council take the following action: 1) approve the attached Street Sweeping Request for Proposal (RFP) document for distribution to the list of contractors on file with the General Services Department, 2) authorize staff to return to Council with a recommendation on how street sweeping services are to be provided and a selected firm, if appropriate. DISCUSSION: At the September 22 "d, 2009, Council Study Session, staff presented information on the current street sweeping program which is performed with City personnel and equipment. The presentation (Attachment A) included discussion on costs, vehicle condition and replacement, recent municipal contracts, and a proposed pilot program. Due to the age and condition of the current fleet of street sweepers, and the high cost of purchasing Air Quality Management District (AQMD) compliant equipment, staff recommended that the City seek proposals from commercial sweeping contractors to conduct a six -month pilot program within the City. The intent of the pilot program was to determine the comparative costs associated with contract sweeping, the challenges involved with posted streets, and the level or quality of service that would be received. City Wide Street Sweeping: Request for Proposal January 12, 2010 Page 2 On October 13th, 2009, staff presented a draft RFP to the Finance Committee for review and comment. The draft RFP has two significant changes from our original recommendation that envisioned merely a pilot project. First, we know propose a RFP for sweeping the entire City on a long -term, multi -year contract, and forgo the pilot program concept. The main reason for this is the time involved in preparing a RFP, analyzing bids, and awarding a contract for a term as short as six months. In lieu of a pilot program, staff recommends that a contract, if appropriate, be awarded for the entire City with a phased -in approach to implementation. This approach will allow for an incremental changeover of service provider so that issues and problems within one area can be resolved prior to the start of service in a different area of the City. Secondly, we now propose that respondents offer two service alternatives; one for bi- monthly sweeping and one for the weekly sweeping schedule that we now do. Several cities have moved to a bi- monthly program to reduce operational costs. However, when considering changing the weekly sweeping of residential and commercial streets in Newport Beach, we will want to consider the change's impact on water quality issues, storm /tide clean -up, and posted street enforcement/sign changes. The Finance Committee supported the draft RFP, including the two changes noted above, and directed staff to return to the full Council for approval. Bid / Proposal Analysis As stated in the attached RFP (Attachment B), staff will be analyzing each proposal received based on the following criteria: Background and Experience, Technical Expertise, Management Plan, and their Proposed Cost. A committee of various department staff members, including Administrative Services and Public Works Departments, will be formed to analyze each bid and determine a recommendation for City Council consideration. FUNDING: There is no financial impact due to the release of the RFP. ENVIRONMENTAL REVIEW: This action requires no environmental review, as it is not a project pursuant to CEQA. LEGAL REVIEW The City Attorney's Office has reviewed the attached RFP and approved as to form. City Wide Street Sweeping: Request for Proposal January 12, 2010 Page 3 Prepared /Submitted by: General Services Director Attachment: (A) September 22, 2009, Power Point Presentation (B) Request for Proposal (RFP) for City Wide Street Sweeping Services Street Sweeping Cost Comparision for FY 2010 - 2013 Attachment 2 Notes: PER$ Increases - Annual employer PIERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AQMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implmentation in FY11 % of Miles by Phase $1,000,000 $800,000 $600,000 $400,000 $200,000 $0 FY 11 Employer PERS Contribution Rate 18.48% FY 10 FY 11 FY 12 FY 13 City vs Contract Annual Cost FY 12 FY 13 March 15, 2010 B CC �phasedimplementation) $ 334,14631 $: -__._ $ Contract 261,865.83 $ 432,558.80 $ 445,535.56 4is oral , _$ $ —7-2,-6-58.-7-0- $ _72-J65-8--.76- 2 658.70 $ 72,658.70 $ 76.673:64_$__ 6673.04 $ 77,766.77 Revenue From Other Agencies _ _ $ _75,743.20 __(24.000._00) $ _ (24 000.00) $ (24,000:00) Total $ 720,414.05 �$l - 557,890.54 $ 571,961.04 Net Savings $ 256,977.12 1 $ 459,934.80 $ 493,913.94 Notes: PER$ Increases - Annual employer PIERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AQMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implmentation in FY11 % of Miles by Phase $1,000,000 $800,000 $600,000 $400,000 $200,000 $0 FY 11 Employer PERS Contribution Rate 18.48% FY 10 FY 11 FY 12 FY 13 City vs Contract Annual Cost FY 12 FY 13 March 15, 2010 Attachment 3 CITY OF NEWPORT BEACH STREET SWEEPING CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this _th day of of 2010, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City "), and, [Contractor Name], a California Corporation doing business as ( "DBA ") [Contractor Name] located at [Contractor Address] ( "Contractor "), is made with reference to the following Recitals: RECITALS WHEREAS, the City desires to obtain contract services for the sweeping of 655 curb miles of City streets on a weekly basis. WHEREAS, on January _, 2010 a Request for Proposals (RFP) requesting proposals for the sweeping of City streets was mailed to firms. WHEREAS, [Contractor Name] ( "Contractor ") has been deemed to be the most qualified to perform the work out of those firms which responded to the RFP. WHEREAS, the Contractor desires to enter into an Agreement to provide services to the City and acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, the Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the Parties agree as follows: TERM Unless earlier terminated in accordance with Section 20 of this Agreement, the Term of this Agreement shall be for a period of five (5) years. The term shall commence on April _, 2010, after City Council approval of this Agreement, and upon receipt and approval of all required insurance. The term of this Agreement shall automatically be extended for five (5) additional one (1) year terms (automatic extensions) with the extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any extended term, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. Time is of the essence in the performance of services under this Agreement. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ( "Contract Services ") as described in the RFP's Description of Project (attached as Exhibit A) and the Contractor's proposal. The Contract Services shall be performed at least as frequently as specified in the RFP and Contractor's proposal. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Total Annual Costs and Unit Price are contained in Exhibits B and C. Exhibits A -C are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP. SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced employees. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel necessary to properly perform Contract Services. C. The Contractor shall establish, implement and maintain written operating procedures designed to ensure the work forces' utilization of techniques generally accepted for cities of the size and nature of the City of Newport Beach. A current copy of the operating procedures shall be provided to the Operations Support Superintendent. D. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. E. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Operations Support Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. Employees shall not remove any portion of their uniform while working within the City. Employees driving the Contractor's vehicles shall at all times possess and carry a valid Commercial Drivers License issued by the State of California. If the Contract Administrator determines that any person employed by the Contractor has failed or refused to carry out the terms of this Agreement, appears to be incompetent, acts in a disorderly, improper, or unsafe manner, or shows signs of intoxication or other impairment, instead of initiating termination for breach, the Contract Administrator may notify Contractor, who shall take immediate remedial action, which may include removing the employee from the job site. Prior to returning a removed employee to work within the City, the Contractor shall provide in writing the reason for the individual's behavior and the means used to prevent this behavior from occurring again. In no event shall Contractor fail to prevent, prohibit, or resolve problems with its employees working after receiving notice of same from the City. Violation of this section by Contractor shall be a material breach of this Agreement and may result in the City terminating the Agreement or temporarily suspending services hereunder, with Contractor being liable for any resulting costs incurred by the City. No action to terminate or suspend shall be taken by City until after Contractor is provided notice and afforded an opportunity to respond or refute the allegations, except that the Contract Administrator may immediately suspend services hereunder if he finds such action reasonably appropriate to protect the public safety, health or welfare. F. All work shall be performed in accordance with the highest maintenance standards. G. Complaints received by the City regarding the Contractor's performance will be transmitted to the Contractor's office in writing, by telephone or facsimile, and handled by the Contractor's Supervisor. All complaints are to receive a follow -up response within twenty -four (24) hours following notification of the Contractor. A report of the Contractor's investigation and the corrective action taken shall be made promptly by the Contractor to the Contract Officer. Repeat complaints may be handled by a joint visit to the site by a City Inspector and the Contractor's Supervisor. Complaints received directly by the Contractor shall be submitted in writing to the City on the day such complaints are received. Contractor shall maintain a log of complaints received and corrective actions implemented which shall be submitted to the City within ten (10) days following the end of the month. H. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor and clearly post "Serving the City of Newport Beach." All vehicles used to perform work under this Agreement shall conform to AQMD Rule 1186.1. I. Contractor shall provide a manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. The manager shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. J. Work within the City by utility and construction companies may be progressing concurrently with the work under this Agreement. It is the responsibility of the Contractor to be informed of work planned by these parties and to coordinate street sweeping work accordingly. K. The Contractor warrants that it has familiarized itself with all City's streets and curbs at the time of commencement of this Agreement. Contractor is also familiar with all existing installations, both public and private, in the area where services shall be performed under this Agreement. Contractor shall provide adequate safeguards to prevent damage to existing structures and improvements. Structures or improvements of any kind, whether public or private, which are removed, damaged or destroyed in the course of work shall be replaced and /or repaired, at the Contractor's expense, to the original condition and to the satisfaction of the City. Failure to have such damages repaired in a timely manner will result in the City deducting from the Contractor's payment the cost to perform the necessary remedial work. The Contractor shall at all times use good sweeping practices as dictated by the highest standards within the sweeping industry and will make adjustments to its equipment as necessary. The Contractor must exercise due care so as to prevent spilling, scattering, 3 or dropping of debris during the sweeping activity and shall immediately clean up any such spillage, dropping, or scattering. Sweeping practices include, but are not limited to the following: (1) Sweeping speed shall be adjusted to street conditions with a maximum speed of six (6) miles per hour; and (2) patterned concrete medians, intersections, and crosswalks shall be swept at a maximum speed of three (3) miles per hour. Standards, schedules, and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. Due to different street widths throughout the City, street sweeping may require slower travel speed and /or multiple passes by the sweeper, in many cases, to ensure curb -to -curb coverage of the street. Streets with raised medians (commercial and residential) shall have their curb - gutter perimeter swept, including turnouts. Street grade striped medians shall be swept in their entirety. All deposits within intersections shall be removed as part of the sweeping operations. Each street shall be swept clean to the adjacent property line. Swept clean means minimal debris residual or tailings. Any sweeper used must not blow debris onto private property. L. The Contract Officer may require the installation of sweeping speed monitoring devices to record actual vehicle speed during sweeping. Sweepers shall be operated as close to parked cars or other obstacles as safety allows. M. The City may use a Parking Control Officer to cite vehicles for parking during street sweeping hours. The Contractor shall coordinate sweeping activities with the Parking Control Officer. All costs for coordination are the responsibility of the Contractor, and no additional compensation will be allowed. N. The City may at various times and locations temporarily install portable traffic counting equipment of the type which is activated by vehicles coming in contact with a hose placed in the roadway. Caution shall be used by the Contractor to avoid damaging said equipment. If the Contractor, while in the performance of his contract duties, damages or causes to be damaged any of the aforementioned traffic counting equipment or appurtenances, the Contractor shall bear the entire cost for the restoration, repair, inspection, testing or replacement of said damaged equipment. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor an amount not to exceed $ year in 12 equal monthly installments. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". Upon the first anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the Rate to be paid by the City as set forth in Exhibit B -C shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 3.0% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original Rate by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made and the denominator of which is the value of the Consumer Price Index for the same calendar month one (1) year prior. For example, if the adjustment is to occur effective June 1, 2010, the index to be used for the numerator is the index for the month of March 2010 and the index to be used for the denominator is March 2009. The "Consumer Price Index" to be used in such calculation is the Consumer Price Index, All Urban Consumers (All Items) for the Los Angeles Anaheim Riverside Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this agreement be reduced below the Rate in effect immediately preceding such adjustment. The maximum increase to the Rate, for any year where an adjustment is made in proportion to changes in the Consumer Price Index, shall not exceed 3.0% of the Rate in effect immediately preceding such adjustment. 5. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the. 6. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship and /or materials) or Contractor's presence or activities conducted performing the work (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. 8. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Reauirements i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California; however, in no event shall the Employer's Liability Insurance be less than one million dollars ($1,000,000) per occurrence. Any notice of cancellation or non- renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply 3 i separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than two million dollars ($2,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability, employer's liability and automobile liability insurance policy shall be endorsed with the following specific language: L The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 9. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the 7 EM 11 performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. The Contractor is required to keep a daily log of all streets swept, including the name and location of the streets and the number of curb -miles swept, along with a description of any special services performed. The log shall be signed by the Supervisor on a daily basis. Each month, a report shall be prepared from the daily log, giving a brief description of all routine, special event, and emergency activities. The log report shall be attached to the monthly invoice submitted to the Contract Officer. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his /her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his /her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 12. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional /emergency services as requested by the Administrator. The Administrator may give verbal authorization for additional /emergency services, prior to performance of the work, up to One Thousand Dollars ($1,000.00). Contractor must obtain written authorization from the City Administrator prior to the performance of any additional /emergency services that exceed One Thousand Dollars ($1,000.00). Additional services, may be billed in accordance with the per mile unit cost proposed by the Contractor Exhibit C. B. City reserves the right to withdraw certain locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of work, compensation to Contractor shall be reduced in accordance with the Contractor's unit costs specified in Exhibit C. In the event the location is withdrawn for a period of less than a full two (2) year term, Contractor's compensation shall be reduced on a prorated basis. 13. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 14. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for expenses unless authorized in writing by City Administrator. 15. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, IN religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the work. 18. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 19. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: 10 20. TERMINATION /DEFAULT 21 22. 23. A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. B. This agreement may be terminated without cause by City upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. The Contractor may only terminate the Agreement in the event of nonpayment by the City. In the event of nonpayment of undisputed sums by the City, Contractor shall give the City thirty (30) days written notice thereof and the City shall have fifteen (15) working days to cure the alleged breach. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform contract services. City shall have the right to retain funds withheld until the City Administrator determines that contract services are performed as well and as frequently as required by this Agreement. COMPLIANCE WITH LAW All services rendered hereunder by Contractor shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. LICENSES, FEES, PERMITS AND ASSESSMENTS Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other 11 term, covenant or condition contained herein whether of the same or a different character. 24. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. 25. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 26. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 27. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 28. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 29. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Work or any other attachments attached hereto, the terms of this Agreement shall govern. 12 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: �� Leonie H. MKifiill, Assistant City Attorney ATTEST: Leilani Brown, City Clerk Attachment: Exhibit A — Scope of Work Exhibit B — Total Annual Cost Form Exhibit C — Unit Price Form CITY OF NEWPORT BEACH A Municipal Corporation By: Mark Harmon Director, General Services Dept CONTRACTOR By: (Corporate Officer) Print Name: M (Financial Officer) Print Name: 13 Ian- i "!,et ing " � e U P'Pi.� ea.,�, Process, City Costs, Proposal Results, Cost Worksheet, Recommended Contractor, Benefits of Contracting Service, Next Steps March 23, 2010 S r s. GeSS (Sep} _ Oct) • September 22, 2009 - Study Session Report • Current Program: City Sweeping Service / Frequency • Cost of City Provided Service • Vehicle Condition and Replacement Cost • Pilot Program with Private Sweeping Company • October 13, 2009 — Finance Committee • Draft Request for Proposal (RFP) • Staff Recommended Three Changes: • No Pilot Program • Include Twice - Monthly (24 Sweeps) Proposals • Phased Implementation March 23, 2010 Pr ces (Jan - Feb • January 12, 2010 — City Council Meeting • Approved RFP for Distribution to Private Companies • Return to Council with Selected Firm • February 2, 2010 — 14 Companies Attend Mandatory Pre - Proposal Meeting • Maps of Phased Implementation Plan / Routes • Equipment Requirements — Compressed Natural Gas (CNG) • Storage of Equipment and Dumping of Debris in City Yard ' March 23, 2010 at Cosy Employer PERS Contribution Rate .. 16.78% 18.48% Notes: PERS Increases - Annual employer PERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AOMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implementation in FY11 March 23, 2010 Salaries &Benefits $ 378 470.75 $ 404,812.72 $ 409,611.57 $ 415 549.01 Equipment Maintenance & Replacement $ 364,167.12 $ 386 459.58 $ 419313.56. $ 458 424.97 Fuel $ 68 574.40 $ 61 716.96 $ 63 568.47 $ 65 475.52 Disposal $ 55,191.50 $ 72 658.70 $ 72 ,658.70 $ 72 658,70 Hauling $ 71,813.71 $ 75 743.20 $ 76 673.04 $ 77 766.77 Revenue From OtherA envies $ (24,000M) $ 24,000M) ; $ 24000.00 $ 24 000.00 Total 914,217.47 977 391.16 ' 1,017,825.34 1,065,874.98 Employer PERS Contribution Rate .. 16.78% 18.48% Notes: PERS Increases - Annual employer PERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AOMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implementation in FY11 March 23, 2010 p i, Iroposal Results city $8527420 $432, 460 Athens Services $419,960 $0 Ware Disposal (Alternative) $442,510 $22,550 CR&R $524,554 $1047594 Dickson $544,440 $1241480 Ware Disposal $5917261 $171,301' Cannon Pacific $629,735 $2097775 Nationwide Environmental Services $6877589 $2677629 CleanStreet $711,419 $291,459 Sunset Property Service $7429048 $322,088 Webco Sweeping $8787551 $4581591 Rainbow Disposal $8951254 $4751294 Weekly Service Recommended rlliOIRII March 23, 2010 Notes: PERS Increases - Annual employer PERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AQMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implementation in FY11 `' March 23, 2010 $ 334 146.31 .aroWrtts $ - ak 2a4. d.+� „5 $ City (phased implementation) '- Contract $ 261 865.83 $ 432 558.80 $ 445 535.56 Disposal - $ 72 658.70 $ 72 658.70 $ 72`658.70 Hauling $ 75-,743-.2-0- $ 76 673.04 $ 77 766.77 Revenue From OtherA encies $ 24 000.00 $ 24 000.00 24000.00 Total 720,414.05 557 890.54 571,961 *04 Net Savings $ 256 977.12 $ 459 934.80 $ 493 913.94 Notes: PERS Increases - Annual employer PERS contribution rates: 8.275% 15.406% 16.780% 18.480% CNG Requirement - AQMD mandates newly purchased sweepers must meet alternative fuel requirement Hauling & Disposal - City staff will maintain the operation of the hauling & disposal of debris Transition - 43% of sweeping will be done by City staff during the phased implementation in FY11 `' March 23, 2010 R eco m nd ed Contractor, • Athens Services • Lowest Responsive Bid • 23 years of municipal street sweeping experience • 15 municipalities in Orange and LA Counties • Clean Fuel CNG Equipment • Global Positioning System (GPS) in fleet for live tracking • City-to-Private Transition Experience (5 cities) • Letters of Recommendation March 23, 2010 Bto3nefilts of CQnfracting Service • Cost Savings: $5.8M over 10 -year Term of Contract • $600,000 Transfer from Fleet Replacement to General Fund • Clean Air Fleet Replaces Older Diesel Equipment • CNG Fuel Use from City Yard Royalty payments • 150 Curb Miles Special Event Sweeping No additional cost • 250 Miles of Inclement Weather Sweeping No additional cost • Significant Cost Savings while Maintaining Weekly Service • Reduction of 3 Positions March 23, 2010 y e z v. teps � • Meet with Athens representatives to negotiate • March 24 — April 20 • Recommend that Council approve contract April 27 • Projected Start Date • June 1 ''` March 23, 2010