HomeMy WebLinkAboutAGENDA REPORT 1989 1115 CC REG ITEM 11DMOORPARK
x-� (P \
ITEM I L•
ELOISE BROWN
Mayor
BERNARDO M. PEREZ
Mayor Pro Tern
CLINT HARPER, Ph. D.
Councilmember
PAUL LAWRASON
Councilmember
SCOTT MONTGOMERY
Councilmember
RICHARD T. HARE
City Treasurer
TO:
FROM:
DATE:
SUBJECT:
Background
MEMORANDUM
The Honorable City Council
STEVEN KUENY
City Manager
CHERYL J. KANE
City Attorney
PATRICK RICHARDS, A.I.C.P.
Director of
Community Development
R. DENNIS DELZEIT
City Engineer
JOHN V. GILLESPIE
Chief of Police
Phil Newhouse, Director of Community Services
November 8, 1989 " 1
CONSIDER SPECIFICATIONS FOR STREET SWEEPING
WITHIN THE CITY OF MOORPARK
Currently, Pacific Power Sweeping (formerly Emard), is the City's
contractor for performing street sweeping within the City of Moorpark.
Pacific Power Sweeping sweeps all laity owned streets, parking lot at
the Community Center, parking lots at Peach Hill and North Meadows
Parks and portions of State Highways 118 and 23.
Street sweeping is currently provided under a contract with Pacific
Power Sweeping which expired on April 30, 1987; however, it has been
extended monthly since that time as stipulated within the contract.
Discussion
Presented for your consideration are revised specifications -for City
wide street sweeping. Highlights of the proposed specifications are:
1. This contract will be for approximately five years which will
expire on June 30, 1994 unless sooner terminated.
2. This contract may be terminated at any time by City, with or
without cause, by giving thirty (30) days written notice to
contractor.
3. This contract shall provide for sweeping of approximately 102.5
miles of residential streets and 12.2 miles of State Highways.
799 Moorpark Avenue Moorpark, California 93021 (805) 529-6864
Ir I it VA
The Honorable City Council
November 9, 1989
Page 2
4. Debris collected shall be disposed at an approved landfill site
of the City's approval.
5. Hours of sweeping shall be determined by City.
6. Call -Backs for inadequate sweeping of any area will be penalized
at a fee of $50 per curb mile swept.
7. Annual cost of living increases will be considered on July 1, of
each year of the contract. Contract price shall be adjusted
upward in an amount equal to 4/5 percent of the Consumer Price
Index of the Urban areas of Long Beach, Los Angeles Metropolitan
Area.
Staff Recommendation:
Approve Specifications for Street Sweeping within the City of Moorpark
as presented and authorize the City Manager to advertise for bids.
Attachment
PN/ls
ADM.89118B
MOORPARK, CALIFORNIA
City Counci Meeting
of �� 198?
i
CITY OF
CALI
SPECIFICATIONS FOR
STREET SWEEPING WITHIN THE CITY OF MOORPARK
COMMUNITY SERVICES DEPARTMENT
NOVEMBER, 1989
STSWEEP.CON/CONTRACT
I
SPECIFICATIONS FOR STREET SWEEPING
Index
Notice Inviting Bids
Instructions to Bidder
Section 1 - Proposal Requirements
Section 2 - Scope of Work
Section 3 - Control of the Work
Section 4 - Legal Relations
Responsibilities to the Public
Section 5 - Prosecution and Progress
Section 6 - Measurement and Payment.
Section 7 - Special Provisions
Instructions for Signing Bids
Proposal
Bid Security Form
Bid Security Form - Bid Bond
Agreement
Contractor's Questionnaire
Workmen's Compensation Certificate
Street Sweeping Schedule
I
II
1
2
4
5
7
10
11
12
14
16
20
21
23
26
28
30
I F' X
NOTICE INVITING BIDS
FOR
SWEEPING PUBLIC STREETS WITHIN THE CITY OF MOORPARK, CALIFORNIA
1. PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received at
the Office of the City Clerk, City Hall, 799 Moorpark Avenue,
Moorpark, 93021 up to the hour of 2:00 p.m. on , 1989,
for the sweeping of the public streets and specified parking lots
within the City of Moorpark.
2. All sweeping is to be done in accordance with the general schedule
attached as a part of the specifications and the detailed schedule
as submitted by the successful bidder and thereafter modified and
amended by mutual consent.
3. Bids shall be submitted on the basis of furnishing all labor,
materials, tools and equipment necessary for the satisfactory
performance of said sweeping in accordance with the
"Specifications for Street Sweeping in the City of Moorpark,
November, 1989," on file in the Office of the City Clerk and by
this reference incorporated herein and made a part hereof.
4. Bidders must bid upon the proposal forms provided herein furnished
by the City of Moorpark. Failure to do so will render the bid
informal and subject to rejection.
5. Each bid shall be accompanied by a certified check, cashier's
check, bidder's bond or cash deposit, payable to the City of
Moorpark, in the amount of $5,000, such guarantee to be forfeited
liquidated damage should the successful bidder fail or refuse,
within a period of ten (10) calendar days after written notice of
award of contract, to enter into and fully execute the required
written contract.
6. Bids will be compared both on the basis of the Contract price and
the ability, experience and equipment of the bidder, and the
probability of continuous and satisfactory service. All bids must
be accompanied by references, financial statements and statements
of the experience and qualifications of the bidder.
7. The Council reserves the right to reject any or all bids, to waive
any informality, technical error or discrepancy in the bid, if
such action is deemed advantage(us to the City; and to take any
and all bids under advisement for a period of not to exceed thirty
(30) days from and after the date of opening.
8. Sweeping schedules, bond and proposal forms and specifications may
be examined in the Office of this City Clerk of the City of
Moorpark, or obtained at no charge from City Hall, 799 Moorpark
Avenue, Moorpark, CA 93021.
9. All bids must be written on the forms provided, sealed and plainly
marked "BID ON STREET SWEEPING," and either mailed or delivered so
as to be in the hands of the City Clerk before the hour and day
specified above, at which time the bids will be publicly opened
and read.
10. This contract shall be for a period of approximately five years
from the date hereof and ending on June 30, 1994 unless terminated
sooner.
CITY CLERK
INFORMATION FOR BIDDERS
1. Each bidder is instructed to read carefully the SPECIFICATION AND
BIDDING DOCUMENTS FOR STREET SWEEPING SERVICES for the City of
Moorpark. Proposals should be based on the requirements,
information and specifications contained in said document.
2. Each bidder is required to survey the Moorpark Street System and
become familiar with the scope and requirements of the services to
be contracted. The City will assume that each bidder has
investigated and is satisfied as to the conditions to be
encountered, the character, quality and quantities of work to be
performed, and the materials and equipment to be furnished.
3. Proposals shall be made on forms provided by the City. Each
proposal shall be signed by the bidder and shall comply with the
contract documents.
4. All proposals must be submitted to the Office of the City Clerk on
or before the date and time specified in the Notice Inviting Bids.
5. Each proposal must be accompanied by a certified or cashier's
check, cash or bid bond, made payable to the City of Moorpark for
the amount of Five Thousand Dollars ($5,000.00), such guarantee to
be forfeited should the bidder to whom the contract is awarded
fail to enter into the contract.
6. Not more than one (1) proposal from an individual, partnership,
corporation or association under the same or different names will
be considered. If there is sufficient reason to believe that
collusion exists amount (2) or more bidders, the proposals of the
participants therein may be disqualified.
7. No proposal will be considered unless it specifies that it
constitutes an offer irrevocable until thirty days after the next
meeting of the City Council following the date of the opening of
the proposals.
8. Proposals will be evaluated on the basis of (1) the bid price
proposed, (2) the qualifications of the firm presenting the
proposal and (3) the Program Description submitted with the
proposal. The required street sweeping services are being
requested on a professional procurement basis. Upon receipt of
the proposals, each proposal will be reviewed and interviews held
to discuss each proposal prior to selection and recommendation for
award of a contract by the City Council. It is emphasized that
award of the contract will not necessarily be based on price
alone, but rather will be based on a combination of qualifications
and price.
9. Upon completion of the evaluation and selection process, the
Director of Community Services will make a recommendation to the
City Council regarding the award of a contract.
10. A proposal may be rejected if it shows any alterations of form
erasures, incompleteness or irregularities of any kind.
11. The City Council reserves the right to waive minor irregularities
or informalities.
12. The City Council is not obligated to award a contract, and
reserves the right to reject all bids. If the City Council
determines to award a contract, the Council is not obligated to
make the award to the low bidder. Other factors will be
considered by the City Council such as evidence of satisfactory
performance under other contract; and such other evidence as might
convince the City Council that any one bid would provide the most
effective, economic and reliable service to the City. The City
Council reserves the right to negotiate with any bidder in order
to perfect any bid to the satisfaction of the City Council.
13. Subsequent to the award of the contract, if it be awarded, an
AGREEMENT shall be executed by and between the selected contractor
and the City of Moorpark. Said AGREEMENT shall be provided by the
City and be in the form approved by the City Attorney.
14. Within ten (10) days of the award of contract, the contractor
shall submit all required bonds and certificates of insurance to
the City.
15. The contract shall commence on the date of the NOTICE TO PROCEED
and end on June 30, 1994, unless terminated sooner.
16. The contract price shall be established pursuant to Paragraph II A
17. Adjustments in the Frequency of Sweeping are provided for in
Section II A 9.
18. Automatic cost -of -living increases are provided for in Section II
A 10.
RTn DDnDr1CA1
TO THE CITY COUNCIL OF THE CITY OF MOORPARK, CALIFORNIA:
The undersigned declares that he has carefully examined the conditions
of the proposed work, that she/he has examined the Specifications and
Special provisions, and has read the accompanying proposal requirements
and hereby proposes to furnish all materials and do all the work
required in accordance with these Specifications and Special Provisions
for the amounts set forth in the following schedule:
BIDDER shall bid on all items and completely fill in the Proposal Form.
The Undersigned Contractor hereby proposes to:
A. Perform all sweeping of specified streets and areas within the
City of Moorpark at the frequency shown on the Map entitled
"Street Sweeping Schedule, November, 1989, Exhibit "A," for the
unit price of:
(WRITTEN IN WORDS)
per curb mile.
(WRITTEN IN FIGURES)
B. Perform Extra Work on a regular schedule at the price of
(WRITTEN 'IN WORDS)
per curb mile.
(WRITTEN IN FIGURES)
C. Emergency Call Out at the price of
(WRITTEN IN WORDS)
per hour. ($ )
(WRITTEN IN FIGURES)
In case of discrepancies between extended unit totals and words or
figures, the extended unit totals shall prevail.
Bidder is
State?
Contractor,
By
Title
Date
Address
Telephone
CORPORATION ( ) - organized under what
PARTNERSHIP ( )
INDIVIDUAL ( )
Name and address of all Partners, Members of Unincorporated Association
or Officers of Corporation:
NAME ADDRESS
PROGRAM DESCRIPTION
The Street Sweeping Services to
conformity with the provisions
SPECIFICATIONS. The exact type
schedule and sweeping procedure
detail as follows:
be rendered shall be in basic
of Section II B 2 of the
(brand/model) of equipment, maintenance
s to be utilized are described in more
(add additional sheets if required)
4. BID BOND
Cash, or certified check/cashier's check properly made payable to
the City of Moorpark, for a bid bond in favor of the City of
Moorpark in the amount of Five _Thousand Dollars j$5 000.00 is
attached hereto and is given as a guarantee that the undersigned
will execute the agreement and furnish the required bonds if
awarded the contract, and, in case of failure to do so within the
time provided, proceeds of said amount shall be forfeited to the
City of Moorpark of the face amount of the bond shall be
considered established.
5. STIPULATIONS
It is understood and agreed that:
A. The undersigned has carefully examined all the Contract
Documents which will form a part of the Contract;
namely, the Notice Inviting Bids, the Information for
Bidders, this Proposal, the Bidder's Security, the
Affidavit of Non -Collusion, the Faithful Performance
Bond, the Payment Bond, the Street Sweeping
Specifications, the Agreement and all revisions of
addenda setting forth any modifications or
interpretations of any of said documents.
B. The undersigned has, by surveying and investigating the
City, satisfied himself as to the nature of the work and
fully informed himself as to all conditions and matters
which can in any way affect the work or the cost thereof.
C. The undersigned fully understands the scope of the work
and has checked carefully all words and figures inserted
in this bid, and he further understands that the City
will in no way be responsible for any errors or
omissions in the preparation of this proposal.
D. The undersigned will execute the Agreement and furnish
the required bonds or letters of credit and certificates
of insurance within ten (10) calendar days after notice
to him of acceptance of his bid by the City.
E. The undersigned hereby certifies that this proposal is
genuine and not sham or collusive or made in the
interest or in behalf of any person nor herein named,
and the undersigned has not directly or indirectly
induced or solicited any other bidder to put in a sham
bid or any other person, firm, or corporation to refrain
from bidding; the undersigned has not in any manner
sought by collusion to secure for himself an advantage
over any other bidder.
F. The undersigned stipulates that the bid herein
constitutes an offer irrevocable until thirty (30) days
after the City Council meeting following the date of the
opening of the bids.
G. The undersigned will accept an award and enter into a
contract for all work scheduled herein on which he puts
in a bid. The award for such work is to be entirely at
the discretion of the City after evaluation of the
bids. If the undersigned fails or refuses to execute
the contract, the City may award it to the next lowest
responsible bidder. If the City does so, then the
amount of the lowest bidder's security shall be applied
by the City to the difference between the lowest bid and
the second lowest bid, and the surplus, if any, shall be
returned to the lowest bidder.
6. SUBCONTRACTORS
Subcontractors who will perform work in excess of one-half of one
percent (112 of 1%) of the total contract price are listed as
follows:
NAME ADDRESS WORK TO BE PERFORMED
7.
PRIOR WORK REFERENCES
A. Name of Customer
Address
Number of Years of Service__
Number of Curb Miles Swept_._
B. Name of Customer
Address
Number of Years of Service
Number of Curb Miles Swept_,_,
C. Name of Customer
Address
Number of Years of Service
Number of Curb Miles Swept._
D. Name of Customer_
Address
Number of Years of Service_._
Number of Curb Miles Swept_
8. BIDDER'S SIGNATURE
Name of Corporation
Business Tel
Telephone Number
Corporation organized under the laws of the State of
By:
PRESIDENT OR SECRETARY
B I D S E C U R I T Y F 0 R M
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we,
as principal and
as surety, are held and firmly bound unto the City of Moorpark,
California, hereinafter referred to as "City", in the sum of Five
Thousand and no/100 Dollars ($5 000.00), to be paid to the said City,
it successors, and assigns; for which payment, well and truly to be
made, we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,
That if the certain proposal of the above bounden
for sweeping public streets, alleys and areas as specifically set forth
in documents entitled "Specifications for Street -_Sweeping, November-,
1989," all in accordance with the specifications on file at the office
of the City Clerk of the City of Moorpark, California, is not withdrawn
within the period of 30 days after the date set for the opening of
bids, unless otherwise required by law, and notwithstanding the Award
of the contract to another bidder, and that if said proposal is
accepted by the City through action of its legally constituted
contracting authorities and if the above bounden
his heirs, executors, administrators, successors and assigns, shall
duly enter into and execute a contract for such construction and shall
execute and deliver the required Performance and proof of insurance
coverage within 10 days after the date of notification by and from the
said City that the said contract is ready for execution, then this
obligation shall become null and void; otherwise it shall be and remain
in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of 1989.
(NOTE: The Standard printed bond form of any bonding company
acceptable to the City Attorney may be used in lieu of the foregoing
approved sample bond form provided the security stipulations protecting
the City are not in any way reduced by use of the Surety Company's
printed standard form.)
NON -COLLUSION AFFIDAVIT
BE EXECUTED BY EACH AWARDEE OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA
ss
COUNTY OF
deposes and says that he is
being first duly sworn
(sole owner, a partner, president, etc.)
of
the party making the foregoing bid; that such bid is not made in the
interest of or behalf of any undisclosed person, partnership, company,
association, organization or corporation; that such bid is genuine and
not collusive or sham, that said bidder has not directly or indirectly
induced or solicited any other bidder to put in a sham bid, or that
anyone shall refrain from bidding, that said bidder has not in any
manner, directly or indirectly sought: by agreements, communication or
conference with anyone to fix the bid price of said bidder or of any
other bidder, or to fix the overhead, profit, or cost element of such
bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract or anyone interested in
the proposed contract; that all statements contained in such bid are
true, and, further, that said bidder has not directly or indirectly,
submitted his bid price, or any breakdown thereof, or the contents
hereof, or divulged information or data relative thereto, or paid and
will not pay any fee in connection, organization, bid depository, or to
any member or persons or have a partnership or other financial interest
with said bidder in his general business.
SIGNED:
TITLE
Subscribed and sworn to before me this
19 _
SFAL OF NOTARY
day of
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS, the CITY OF MOORPARK,
hereinafter ("City") and
(hereinafter "Contractor") have
19—
CALIFORNIA, a municipal corporation,
entered into an Agreement dated
for work identified as
which Agreement is hereby incorporated into and made a part hereof; and
WHEREAS, said Contractor is required to furnish a bond in connection
with said contract, providing for the faithful performance thereof;
NOW, THEREFORE, we, the Contractor, as Principal, and
a corporation organized and existing under the laws of the State of
and duly authorized to transact business
under the laws of the State of California, as Surety, are held and
firmly bound unto the City, as Obligee, in the sum of
_ DOLLARS
($ ), lawful money of the United States of America,
said sum being not less than one hundred percent (100%) of the
estimated amount payable by the said Obligee under the terms of the
contract for which payment well and truly to be made, the said
Principal and the said Surety, bind ourselves, our heirs, executors and
administrators, successors and assigns, jointly and severally, firmly
by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the said Principal,
his or its heirs, executors, administrators, successors or assigns, his
or its subcontractors, shall perform and fulfill all the undertakings,
covenants, terms and conditions of said Agreement during the original
term of the Agreement, any and all duly authorized extensions thereof,
with or without notice to the Surety, and during the life of any
guaranty required under the contract, and shall also perform and
fulfill all the undertakings, covenants, terms, conditions and
agreement of any and all duly authorized modifications of said contract
that may hereafter be made, notice of which modifications to the Surety
being hereby waived, then this obligation shall be void and of no
effect. In case suit is brought upon this bond, the court shall fix
and award and the surety shall pay, in addition to the face amount
hereof, costs and reasonable attorney's fees incurred by the City of
Moorpark in successfully enforcing said obligation.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of 19_ —.
(Corporate Sea])
Notarial Certificate Attached By
(Corporate Seal)
Notarial Certificate Attached
By
Principal
Title
Surety
Title
HOLD HARMLESS
AGREEMENT
IT IS MUTUALLY UNDERSTOOD AND AGREED:
1. The City of Moorpark and all officers and employees thereof
connected with the work, shall not be answerable or accountable in
any manner: for any loss or damage that may happen to the work or
any part thereof; for any loss or damage to any of the materials
or other things used or employed in performing the work; for
injury to or death of any person either workmen or the public; or
for damage to property from any cause which might have been
prevented by the Contractor, or his workmen, or anyone employed by
him.
2. The Contractor shall be responsible for any liability imposed by
law and for injuries to or death of any person or damage to
property resulting from defects or obstruction or from any cause
whatsoever during the progress of the work or at any time before
its completion and final acceptance.
3. The Contractor shall indemnify and save harmless the City of
Moorpark and all officers and employees thereof connected with the
work, from all claims/suits or actions of every name, kind and
description, brought for or on account of injuries to or death of
any person or damage to property resulting from the construction
of the work or by or in consequence of any negligence in guarding
the work; use of improper materials in construction of the work;
or by or on account of any act or omission by the Contractor or
his agents during the progress of the work or at any time before
its completion and final acceptance.
4. The duty of the Contractor to indemnify and save harmless, as set
forth herein, shall include the duty to defend, as set forth in
Section 2778 of the Civil Code, provided, however, that nothing
herein shall be construed to require the Contractor to indemnify
the city against any responsibility or liability in contravention
of Section 2782 of the Civil Code, including any loss arising from
a design defect which is the result of the sole negligence of the
City.
IN WITNESS WHEREOF, the City has caused its corporate name and seal to
be hereunto subscribed and affixed by the Mayor and attested to by the
City Clerk, both thereunto duly authorized, and the Contractor has
hereunto subscribed this contract will inure to the benefit of any and
all persons, companies and corporations entitled to file claim under
Section 3181 of the Civil Code, so as to give a right of action to them
or their assigns in any suit brought upon this bond.
IN WITNESS THEREOF, we have hereunto set our hands and seals
this day of , 19_^.
(Corporate Seal)
And By
Title
(Corporate Seal)
Please attach Notarial Certificates
(Principal)
By
Title
By
Title
PAYMENT BOND
(Labor and Materials)
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS, the City of California, a municipal
corporation, (hereinafter "City") and
"Contractor") have entered
19_, for work identified
is hereby incorporated into
(hereinafter
into an Agreement dated ,
as Street_Sweepiing Services, which Agreement
and made a part hereof; and
WHEREAS, pursuant to California Civil Code Section 3247, et seq.,
said Contractor is required to furnish a payment bond;
NOW, THEREFORE, we the Contractor, as Principal, and
a corporation organized and
existing under the laws of the State of and
duly authorized to transact business under the laws of the State of
California, as Surety, are held and firmly bound unto the City, as
Obligee, in the sum of _
( ), lawful money of the United States of America, said
sum being not less than (50%)
percent of the estimated amount payable by the said Obligee under the
terms of the contract for which payment well and truly to be made, the
said Principal and the said Surety, bind ourselves, our heirs,
executors and administrators, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the said
Principal, his or its heirs, executors, administrators, successors or
assigns, or any of his or its subcontractors, shall fail to pay for any
materials, provisions, provender or other supplies or teams, implements
or machinery used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor thereon of any kind,
fails to pay to any of the persons named in Section 3181 of the Civil
Code or fails to pay for amounts due under the Unemployment Insurance
Act with respect to such work or labor performed under said Agreement
or for any amount required to be deducted, withheld and paid over to
the Employment Development Department for the wages of employees of the
Contractor and subcontractors pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such work and labor the
surety hereon shall pay for the same in any amount not exceeding the
sums specified in this bond, otherwise the above obligation shall be
void. In case suit is brought upon this bond, the surety shall pay a
reasonable attorney's fee to be fixed by the court. This bond this
day of , 19__,.
CONTRACTOR
Title
And by
Title
C O N T R A C T O R
(corporate sea])
CITY OF MOORPARK, CALIFORNIA
a municipal corporation
MAYOR
ATTEST:
CITY CLERK
PROPOSER'S QUESTIONNAIRE
This proposal shall NOT be complete unless all the information
requested in this questionnaire is provided by the proposer and is
submitted with the proposal. Statements MUST be complete and
accurate. Omission, inaccuracy, or misstatement may be cause for
rejection of a proposal.
By submission of a proposal, the proper acknowledges and agrees that
the City has the right to make any inquiry or investigation it deems
appropriate to substantiate or supplement information contained in this
questionnaire, and authorizes the release of City of any and all
information sought in such inquiry or investigation.
PROPOSER
1. Name of Proposer
Z. Address of Proposer
3. Proposer intends to operate the business with which this proposal
is concerned as a Sole Proprietorship ( ); Partnership ( );
Corporation ( ); Joint Venture ( ); or
Explain:
4. I/We hereby submit this proposal consisting of pages and
pages of exhibits or attachments prepared by proposer. I/We
have read all proposal documents and submit this proposal along
with the enclosed certified or cashier's check made payable to the
City of Moorpark in the amount of $5,000.00.
Signature
SOLE PROPRIETORSHIP STATEMENT
If a Sole Proprietorship, furnish the following:
1.
2.
3.
4.
5.
Name in full _
Address
Birthdate
Social Security
State Driver's
No.
License No.
Place of Birth
PARTNERSHIP STATEMENT
If a Partnership, answer the following:
1. Date of organization
2. General Partnership ( )
Limited Partnership ( )
3. Statement of Partnership recorded: Yes ( } No ( )
Date Book Page County
4. Certificate of Limited Partnership recorded: Yes ( ) No ( )
Date Book Page
Has the partnership done business in Ventura County?
Yes ( ) No ( ) Explain:
County
6. Name, address, and partnership share of each general partner:
Name Address Share
7. Furnish the birthdate, place of birth, Social Security No., and
State driver's license number of each person shown above.
8. Attach a complete copy of Partnership Agreement.
9. Is the partnership now involved, or has it been involved, in any
business enterprise whatsoever?
If so, give full details:
CORPORATION STATEMENT
If a corporation, answer the following:
1. When incorporated?
2. Where incorporated?
3. Is the corporation authorized to do business in California?
Yes ( ) No ( ) If so, as of what date?
4. The corporation is held: Publicly ( ) Privately ( )
5. If privately held, provide the following:
Name Address % of Stock Owned
6. If publicly held, how and where is the stock traded:
7. List the following: Authorized Issued Outstanding
(a) Number of voting shares: _
(b) Number of non -voting shares: _
(c) Number of shareholders:
(d) Value per share of Common Stock
Par $
Book $ _
Market $ — ---
8. Furnish the name, title, address, and the number of voting and
non -voting shares of stock held by each officer, director and any
person holding more than 10% of the outstanding stock.
9. Furnish the birthdate, place of birth, Social Security No. and
State driver's license number for each person under Item No. 5
above.
10. Is the corporation now involved, or has it ever been involved, in
any business enterprise whatsoever? Is so, attach full details.
JOINT VENTURE STATEMENT
If a Joint Venture, answer the following:
1. Date of organization
2. Joint Venture Agreement or Statement recorded? Yes ( ) No ( )
3
4
Date Book Page
Has the Joint Venture done business in Ventura County?
Yes ( ) No ( ) When? _
Name and address of each Joint Venturer:
Name Address
County
If a Joint Venturer is a Partnership or Corporation, complete
pages or as applicable.
5. Furnish the birthdate, place of birth, Social Security No. and
State driver's license number for each person shown under Item No.
4 above.
6. Attach a complete copy of the Joint Venture Agreement.
7. Is the Joint Venture now involved, or has it ever been involved,
in any business enterprise whatsoever?
If so, give full details:
FINANCIAL DATA
FINANCIAL STATEMENT
Attach a complete report, prepared in accordance with acceptable
accounting practice, reflecting your current financial condition. The
report must include a balance sheet and income statement. Be prepared
to substantiate all information shown.
SURETY INFORMATION
Has any surety or bonding company ever been required to perform upon
your default? Yes ( ) No ( )
If yes, attach a statement naming the surety or bonding company, date,
amount of bond, and the circumstances surrounding said default and
performance.
BANKRUPTCY INFORMATION
Have you ever been declared bankrupt? Yes ( ) No ( )
If Yes, state date, court jurisdiction, amount of liabilities and
amount of assets.
PENDING LITIGATION
Provide detailed information regarding present or threatened
litigation, liens, or claims involving any participant in the
proposal. If there are none, state that there is no existing or
threatened litigation, lien or claims against any participant in the
proposal.
EXPERIENCE STATEMENT
Enumerate in detail the duration and extent of your business experience
with special emphasis upon experience with business of the type to
which this proposal relates. Also enumerate in detail the pertinent
experience of all persons who will be directly involved in development
and management of the business to which this proposal relates.
Please provide any other information which you feel will be helpful in
evaluating your ability to successfully operate the business.
EQUIPMENT s-rATEMENT
List all equipment you own which will be used to perform requested work.
REFERENCES
List three (3) persons or firms with whom you have conducted business
transactions during the past three years. At least two of the
references named are to have knowledge of your debt payment history.
List three (3) additional persons who have knowledge of your personal
history and professional experience.
REFERENCE NO. 1
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
REFERENCE NO. 2
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
REFERENCE NO. 3
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
REFERENCE NO. 4
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
REFERENCE NO. 5
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
REFERENCE NO. 6
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of purchase, sale, loan, business association,
etc..
CITY OF MOORPARK
COMMUNITY SERVICES DEPARTMENT
AGREEMENT FOR PERFORMANCE OF STREET SWEEPING SERVICES
This Agreement is entered into this _.� day of
19 by and between ,
hereinafter referred to as "Contractor" and the City of Moorpark, a
chartered city of the State of California, hereinafter referred to as
"City." The term "Contractor" as used in this agreement shall mean the
contractor, his agents, servants, employees, representatives,
subcontractors and joint ventures.
1. WORK TO BE PERFORMED. Contractor shall perform the street
sweeping services as set forth in the "STREET SWEEPING
SPECIFICATIONS FOR ALL DESIGNATED AREAS" (Exhibit "A"
attached hereto and made a part hereof) in accordance with
and as specified in this Agreement, which Exhibit is hereby
made a part hereof as though fully set forth herein.
2. PLACE OF PERFORMANCE. Contractor shall perform all required
services at the places specified in the above -mentioned
Exhibit.
3. CHANGES IN WORK TO BE PERFORMED OR PLACES OF PERFORMANCE.
City may make changes in the work to be performed, or place
of performance or both, by giving written notice to
Contractor of the effective date of any such change. In the
event that City makes a change or changes pursuant to this
paragraph, the matter of any increased compensation that may
be due to contractor shall be negotiated between the parties
and will be based in part on similar bid situations in the
contract, if such situations exist. Any reduction in
compensation shall be by the specific bid amount
currently in the contract for that site.
4. STATE LICENSE. The Contractor shall be properly licensed in
accordance with the laws of the State of California for
street sweeping services.
5. RECORDS. The Contractor shall keep accurate financial and
time records concerning all work or operations performed
under this Agreement and provide the City with names,
addresses and telephone numbers of appropriate persons to be
called in time of emergency.
6. MEETINGS. The Contractor shall meet with the Director of
Community Services, or a designated representative thereof,
on an as needed basis to review Contractor's performance
under this Agreement and to discuss any problems or matters
of concern as determined by the City.
7. REPORTING REQUIREMENTS FOR HAZARDS, DEFECTS, SPECIAL
MAINTENANCE, EMERGENCY MEASURES. Contractor shall notify
City immediately of any hazardous conditions or defects on,
in, or affecting the use of City property that would
reasonably be found or become known during the performance of
work or operations under this contract. Contractor shall
notify City promptly of any specific maintenance items which
are known to Contractor and which require correction by City
personnel because the same are items not within Contractor's
maintenance responsibilities under this Agreement. When any
hazardous condition, defect, or other situation requiring
immediate maintenance attention is observed, Contractor shall
take reasonable steps to alleviate any immediate hazard,
defect, or danger and then, or concurrently, promptly notify
the City and any appropriate authorities.
8. FAITHFUL PERFORMANCE BOND. Contractor shall provide the City
with a faithful performance bond, or other security for
performance in a form acceptable to City, in City's sole
discretion, in an amount equal to one hundred percent (100%)
of the contract amount, said bond or other security to remain
in full force and effect for the duration of this Agreement
and for sixty (60) days from the termination of this
Agreement. This security shall guarantee faithful
performance by the Contractor of all of Contractor's
obligations and responsibilities under this Agreement.
WORK DEFICIENCIES AND CORRECTIONS. All work deficiencies of
Contractor shall be corrected within twenty-four (24) hours
of notification from City. Failure to comply within
twenty-four (24) hours may, in City's sole discretion, result
in action being taken by the City, including, but not limited
to, correcting the deficiency and in the subtracting of any
associated costs incurred thereby from the total monthly
compensation due Contractor, deletion of site(s) from
contract and/or, in the sole discretion of the City, in the
termination of this Agreement.
10. COMPENSATION.
A. Curb Mile Compensation. The total curb mile
compensation payable to Contractor for performance of
maintenance services pursuant to this Agreement shall be
$ per curb mile.
B. Cost-of-LivingIncrease: On July 1, 1990, and on July 1
each succeeding year during the life of a contract, the
contract price shall be adjusted upward or downward in
an amount equal to a cost -of -living increase equal to
(4/5) of the percentage change in the All Urban
Consumers Price Index in the Long Beach, Los Angeles
Metropolitan Area for the period herein specified.
C. Additional Work. Any additional work to be done by
Contractor shall be authorized in writing by the City's
Director of Community Services and shall be performed by
the Contractor at a rate of $ per hour, plus
actual material costs. Material costs shall be
determined based on actual invoices submitted by
suppliers.
D. Manner and Time of Payment. Payment shall occur during
the month following service. Within ten (10) calendar
days after the end of each month, Contractor shall
submit to City an invoice for actual curb miles of
street sweeping performed.
11. SATISFACTION OF CITY. Maintenance services performed by
Contractor shall be performed to the satisfaction of the
Director of Community Services, or a designated
representative thereof herein sometimes referred to as
"Maintenance & Operations Supervisor."
12. AUTHORITY OF THE DIRECTOR OF COMMUNITY SERVICES. The
Director of Community Services, under direction of the City
Manager, shall have the authority to take such action or
issue such directions to the Contractor as deemed reasonably
necessary to administer the contract. The Director of
Community Services shall also have the power to make other
decisions and determinations as provided in this Agreement.
All instructions, rulings and decisions of the Director of
Community Services shall be final and binding.
13. TERM OF AGREEMENT. The term of this Agreement shall be from
1989 to and through , 1994, unless
this Agreement is terminated sooner for cause or as elsewhere
provided in this Agreement.
14. CONTRACTOR IS AN INDEPENDENT CONTRACTOR. The parties intend
that the Contractor in performing the services herein
specified shall act as an independent contractor and shall
have control of his work and the manner in which it is
performed. Contractor is not to be considered an agent or
employee of the City, and is not entitled to participate in
any pension plans, or similar benefits, including workers'
compensation, that City provides for its employees.
15. MINIMUM LIABILITY AND INSURANCE.
A. Liability. Contractor shall take all precautions
necessary for the safety of and prevention of damage to
property on or adjacent to the work site, and for the
safety of and prevention of injury to persons, including
City employees, Contractor's employees, and third
persons, on or adjacent to the work site. All work
shall be performed according to law and entirely at
Contractor's risk.
B. Hold Harmless and Indemnification. To the fullest
extent permitted by law, Contractor expressly undertakes
to and shall defend, indemnify and save City, its
officers, agents and employees free and harmless from
and against any and all claims, demands, damages,
actions, expenses, suits, liabilities, or proceedings
and other costs, including attorney's fees, arising out
of or in connection with any act, omission, work,
duties, operations or negligence of Contractor or any of
Contractor's contractors, agents, servants, employees,
sublessees, or assignees arising out of any incident,
injury, or damage whatsoever caused or occurring to any
person or property on or arising out of the Contractor's
performance under this Agreement. Without limiting the
generality of the foregoing, the foregoing shall
specifically include the obligation to defend, indemnify
and save harmless City, its officers, agents, employees,
or independent contractors, even if the claim, suit,
action, expense, accident, injury, or damage has been
caused partially by what may be characterized as,
constitute, or be the equivalent of independent or
passive negligence in any proportion, whether partial,
concurrent or otherwise, on behalf of the City, or any
of its officers, agents, employees, contractors or
subcontractors. Moreover, Contractor hereby agrees to
defend, indemnify, and save the City, its officers,
agents, employees, and independent contractors harmless
from any and all claims, demands, damages, actions,
expenses, attorney's fees, and other costs that may
arise out of or in connection with any failure of
Contractor of any subcontractor to take out or maintain
such insurance or the insurance referred to in this
Agreement.
C. Insurance. During the term of this Agreement,
Contractor shall maintain, keep in force and pay all
premiums required to maintain and keep in force the
following insurance:
(1) Public Liability_ ,knd__Propert Damage. Contractor
shall maintain non -assessable public liability and
property damage Insurance at all times during the
term of this Agreement from a company or companies
that are California admitted carriers with a 1988
Best's Key Rating Guide of "A:6" or better. It is
hereby agreed and understood that the City of
Moorpark and all officers, agents, and employees of
the City of Moorpark are to be named as additional
insureds with regard to any and all claims,
demands, damages, actions, attorney's fees and
liability arisini(j out of work, duties, or
operations performed or omitted by Contractor, its
officers, agents, employees, independent
contractors, and subcontractors under this
Agreement, and whether caused by the sole or active
negligence of the City, its officers, agents,
servants, employees or independent contractors, or
any passive negligence, in any proportion, of City,
its officers, agents, employees or independent
contractors. This insurance coverage shall be and
shall state that it is primary with respect to all
other insurance coverage or retention limits of the
City of Moorpark, its officers, agents, and
employees, and that such other insurance that may
be carried by City shall be excess thereto. Such
insurance shall be on an "occurrence" and not a
"claims made" basis and shall not be cancellable or
subject to reduction except upon thirty (30) days
prior hand -delivered written notice to the City
Manager. Work, duties, or operations by Contractor
shall not commence until appropriate certificates
of insurance (and copies of the policy or policies)
have been presented to the City showing that all
required insurance is in full force and effect.
Notwithstanding any disclaimer or provision to the
contrary relief upon by such carrier, issuance of
such certificates of insurance and/or policies
shall constitute a certification by the carrier(s)
that a duly authorized representative of the
carrier(s) issuing the insurance required hereunder
has read the insurance requirements of this
Agreement, that the provisions of this Agreement
are controlling, and that said insurance meets all
of the requirements set forth in this Agreement.
All requirements herein provided shall appear
either in the body of the insurance policies or as
endorsements and, whether or not contained herein,
shall specifically bind the insurance carrier.
Said insurance shall provide coverage of no less
than $1,500,000 for each person injured, $1,500,000
for any one accident, and $500,000 for property
damage. If said insurance should, at any time,
cease to be in full force and effect, Contractor's
use of the subject premises shall cease until such
insurance or its equivalent is restored to the full
satisfaction of the City Attorney.
D. Workers' Compensation_ Insurance. Contractor shall
maintain Workers' Compensation Insurance for all its
employees during the life of this Agreement. Such
insurance shall comply with all applicable State laws.
Contractor shall provide City with a Certificate of
Insurance showing proof of insurance acceptable to City.
16. PERMITS. The Contractor shall obtain and, when requested,
provide verification of any and all permits necessary to do
the work required under this Agreement.
17. CONTRACTOR'S RESPONSIBILITY FOR COMPLIANCE. Contractor shall
at all times observe and comply with, and shall cause all of
his agents, employees and subcontractors to observe and
comply with, all applicable existing and future laws,
ordinances, regulations, orders and decrees of all public
authorities having jurisdiction over any operations under
this Agreement.
18. NOTICES OF PAYMENTS. Any notice of payment to be given or
made pursuant to this Agreement, including a notice of change
in the address to which notices or payments are to be sent,
shall be given by personal delivery to the other party or by
mail addressed as follows:
TO CONTRACTOR:
TO CITY: DIRECTOR OF COMMUNITY SERVICES
City of Moorpark
799 Moorpark Avenue
Moorpark, CA 93021
All notices shall be in writing. All payments shall be made
by check or warrant. Notices given or made by mail shall be
deemed given or made upon deposit of the notice, postage
prepaid, in the United States mail addressed in accordance
with this paragraph, or to such other changed address as to
which notice has been given pursuant to this paragraph.
19. MODIFICATION OF AGREEMENT. Except as expressly or otherwise
provided, this Agreement may be amended only by the mutual
consent of the parties hereto, in writing.
20. COVENANTS AND CONDITIONS_. Each term and each provision of
this Agreement shall be construed to be both a covenant and a
condition.
21. WAIVER OF COVENANT OR CONDITION. One or more waivers of any
breach of any covenant or condition shall not be construed as
a waiver or a subsequent breach of the same or any other
covenant or condition.
22. EN_TIRE AGREEMENT. This Agreement comprises the entire
Agreement of the parties hereto and no obligations other than
those set forth shall be recognized.
23. _ASSIGNMENT. Any assignment of the rights or obligations
under this Agreement without the prior written consent of the
City is prohibited and shall be null and void.
24. TERMINATION OF AGREEMENT. This Agreement may be terminated
by City, with or without cause, at any time, in City's sole
discretion, by giving thirty (30) days' written notice to
Contractor, which notice shall terminate this Agreement on
the thirtieth (30th) day after the giving of such notice or
at such later time as may be specified in said notice. In
the event of termination pursuant to this paragraph,
Contractor shall be entitled only to payment for work
performed to date, based on appropriate proration of the
yearly rate, or, in the event termination is for cause, to
such amount as may be appropriate in accordance with
applicable laws.
25. PREVAILING WAGE RATE. Contractor shall pay all street
sweeping operators no less than the prevailing wage
determination made by the Director of Industrial Relations
pursuant to California Labor Code Part 7, Chapter 1, Article
2, Sections 1770, 1773 and 1773.1.
DATED:
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
CITY OF MOORPARK
in
City Manager
CONTRACTOR:
By:
President
By:�
Secretary
STREET SWEEPING AGREEMENT
THIS AGREEMENT, made and entered into this day of
, 19_, by and between the CITY OF MOORPARK,
CALIFORNIA, a municipal corporation, hereinafter referred to as "City,"
a n d _-_—
hereinafter referred to as "Contractor":
W I T N E S S E T H:
THE PARTIES HERETO DO AGREE AS FOLLOWS:
SECTION 1. Contractor, in consideration of the promises of
the City, hereby agrees to furnish all tools, equipment, labor and
materials necessary to perform and complete, in a good and workmanlike
manner, the landscape maintenance in strict accordance with the Bid
Documents, General Conditions, and Special Provisions, of the City of
Moorpark, which are hereby made a part of this Agreement.
SECTION 2. The term of this Agreement shall be for a period
of sixty (60) months, commencing on the date contractor commences work
pursuant to SECTION 4 herein. During the term, the Agreement may be
terminated pursuant to SECTION 24 of the Agreement For Performance.
SECTION 3. In consideration of the performance of this
Agreement, the City agrees to pay to Contractor, and Contractor agrees
to accept full satisfaction for the work done hereunder, by payments in
accordance with the following schedule:
Payment to Contractor will be on a monthly basis upon satisfactory
completion of the work and presentation of a monthly statement to
the City. See Paragraph IOD of the Agreement For Performance.
SECTION 4. The Contractor shall commence work under this
Agreement on , 1989.
IN WITNESS WHEREOF, the parties hereto have executed this
Agreement as if the date hereinabove specified.
CITY OF MOORPARK, CALIFORNIA CONTRACTOR
A MUNICIPAL CORPORATION
By
MayorATTEST:
City Clerk
By---
Title—
And by
Title
(Corporate Seal)
Notarial Certificate Attached
CITY OF MOORPARK
STREET SWEEPING SPECIFICATIONS
FOR ALL DESIGNATED AREAS
GENERAL CONDITIONS
1. Description of Moorpark Street__yem: For the purpose of these
specifications, the Moorpark Street System shall consist of all
dedicated streets within the corporate limits of the City of
Moorpark and a portion of State Hwys. 118 & 26 and other areas as
defined herein. The City has approximately 102.5 miles of
residential streets and 12.2 miles of State Highways. In
addition, the contractor will also sweep the Community Center
parking lot (approximately 20,000 square feet), one parking lot at
North Meadows Park and two parking lots at Peach Hill Park and
clean one parade route per year, as directed by the City Manager
or his designee, which shall be considered as included in the bid
price for other items of work, and no additional compensation will
be allowed therefor.
a. The term debris shall mean all materials normally picked up
by a mechanical sweeper, such as sand, salt, paper, cans, and
other materials. It alsc will include large items such as
large stones, tree limbs, wood, cable, and other such
materials in the areas to be swept that can be picked up and
put into the sweeper by ono person.
b. The term street shall mean the paved area between the normal
curb line of a roadway whether an actual curb line exists or
not. It shall not include any ways that would cause damage
to the equipment used. It does not include sidewalks or
areas adjacent to the roadway.
2. Frequency of Sweeping: The entire Moorpark Street System shall be
swept at the following frequency unless amended pursuant to
Section II A 9.
Period Frequency Est No.
of Sweeps
Est_ Miles
Annually Weekly sweeping
52
St. Rt.
2.2
Res. St.
7.8
Bi-weekly (once
26
St. Rt.
9.9
every two weeks) sweeping
Res. St.
94.6
ESTIMATED TOTAL PER YEAR
78
TOTAL
114.5
Other Areas:
Weekly - Community Center Parking Lot
Bi-weekly - Peach Hill and North Meadows Parking Lots
Once per year - A Parade Route
3. Operations: The street sweeping methods and procedures used by
the contractor shall be consistent with the current standards in
the industry and shall be subject to the approval of the
Director. The methods and procedures to be used shall be set
forth in the contractor's propo-_cal.
4. Laws and Regulations: The contractor, his agents and employees
shall keep fully informed and comply with all of the laws, rules
and regulations of the State of California, County of Ventura,
City of Moorpark, which may in any manner effect those engaged or
employed in the work, or the materials used in the work, or which
in any way affect the conduct of the work, and of all such orders
and decrees of bodies or tribunals having any jurisdiction or
authority over the same.
5. Schedule and Routes: Street sweeping routes and schedules shall
be developed by the contractor and shall be subject to the
approval of the Director. Said schedule shall be consistent with
the Basic Street Sweeping Schedule map contained herein (Fig. 1)
or as may from time to time be amended.
6. Hours of Operations: Hours of operation will be subject to the
approval of the Director.
7. Sweeping Vehicle Speed: Street sweeping speed shall not exceed
the manufacturer's recommendations for the sweeper and/or the
speed for good street sweeping practice as determined by the
Director. In any event, vehicle speed shall not exceed eight (8)
miles per hour during sweeping operations. The City may require
the installation of sweeping speed monitoring devices to record
actual vehicle speed during sweeping.
8. Environmental Standards: The contractor shall comply with all
state, county, and city laws, ordinances and regulations governing
noise and smog emissions and proper handling and disposal of all
sweeping debris.
9. Safety_: The contractor shall comply with all state, county and
city safety standards and regulations. All safety defects
disclosed by any governmental official shall be corrected by the
contractor within two weeks of notification of said defect.
10. Water: The contractor shall make his own arrangements for water
for use in street sweeping operations to maintain a near dustless
condition and bear all costs for same.
11. Disposal of Refuse:
Option 1:The contractor shall, dispose of all refuse collected
by hauling same by sweeping unit to a legally established landfill
site approved by City. The City shall pay for the disposal fees,
at the current cost per ton, billed directly to the City by the
landfill operator. The contractor shall supply the City with
copies of all disposal tickets with each monthly invoice. The
contractor must supply verification that the debris was generated
from this sweeping contract.
Option 2:Temporary sites may be established by the contractor
for street sweeping debris. All sites must have the written
approval of the City and must not exceed two (2) sites.
Temporarily stockpiled debris shall be deposited into rolloff
containers and hauled directly to the established landfill site
approved by City. Costs for disposal shall be billed directly to
the City. Temporary sites must be kept in a clean, neat and
sanitary condition.
12. Quality of Work Performed: All work performed on this contract
shall be consistent with the standards set forth by the American
Public Works Association general street sweeping practices. All
streets will be free of litter, sand, gravel, dirt and vegetation
debris. Medians will be swept with the flow of traffic and will
be cleaned whether curbed medians or painted. All median ends
(bull nose) will be swept. Intersections and cross gutters will
remain generally free of any debris build up. Contractor will be
required to clean any sweeping debris requiring up to three (3)
normal sweeping passes. Any debris, whether contractor generated
or created by an "act of God" that is not sweepable must be
immediately reported to the Director of Community Services.
Contractor will be required to utilize steel "vertical digger"
type curb brushes to remove any build up of weed growth in gutters.
13. Equipment:
a. General: The type of street sweeping equipment used by the
contractor shall be consistent with the current standards in
the industry and shall be subject to the approval of the
Director. The equipment to be used shall be specified in the
contractor's proposal. The Director, at his sole discretion
may specify the use of either broom -type or vacuum -type
sweeping equipment for the sweeping of all or any designated
part of the Moorpark Street, System.
R
c
uantit The contractor shall use and maintain a minimum of
two (2) street sweepers; one (1) broom type and one (1)
vacuum type machine in providing the services specified
herein.
Condition: All vehicles and equipment used to perform the
services provided for herein shall be maintained in good
mechanical condition. In addition, the following shall apply:
(1) Equipment shall not be more than six (6) years old or
verify evidence of remanufacture with a maximum limit of
one remanufactured machine not to exceed a total of ten
(10) years old;
(2) Equipment shall be kept clean at all times;
(3) Equipment shall be equipped with dual gutter brooms and
a main broom (broom type equipment only) to sweep a
minimum of a nine -fool:; path.
(4) Mechanical brushes and brooms shall be maintained in
proper condition and shall be replaced as recommended by
the manufacturer or when pick-up ability becomes
impaired.
(5) All sweeping equipment must be accessible from
contractors facility utilizing two-way radio or
comparable communications equipment to insure adequate
response time to communicated needs.
(6) Safety devices required on all sweeping equipment shall
consist of all California D.M.V. required safety
devices, including safety back alarm and rotating/strobe
flash warning lights. These devices must be in good
working order at all times.
14. Inspection: All equipment shall be subject to inspection by the
Director at any time.
15. Reserve: The contractor shall have available at least one back-up
street sweeper to be used in case of equipment failure.
16. Man ower
a. (Qualifications: The contractor shall employ competent and
experienced drivers and mechanics for the performance of this
contract.
b. Appearance: Drivers and other agents of the contractor shall
be in uniform or other, suitable clothing as approved by the
Director while providing the services provided for herein.
C. Drivers License: All drivers shall have a valid California
Drivers License of the class required for the equipment
operated.
d. Reserve: The contractor shall have available sufficient
back-up manpower to perform the services provided for herein.
17. Contract Administration
a. Inspection: All work performed pursuant to this contract is
subject to inspection by the Director or his agent. Areas
found to be unsatisfactory shall be re -swept. No payment
shall be made for such re -sweeping.
b. Verification: At the discretion of the Director, the City
may require the installation of special odometers, time
clocks or vehicle speed monitors to verify the quality and
quantity of the work performed.
C. Complaints: On each day street sweeping services are
provided, the contractor's agent shall be verbally informed
of any inquiries/complaints. Said agent shall personally
investigate all complaints received; and, within twenty-four
(24) hours of the receipt of each complaint, agent shall
report to the Director action taken relating thereto. No
payment shall be made for any re -sweeping necessary to solve
a complaint.
d. Monthly Report: The Contractor is required to keep a daily
log of streets swept. Said log shall state the name of the
streets and the number of curb miles swept. Each month a
Monthly Report shall be prepared from the daily log. Said
report shall be submitted to the City with the monthly
invoice for sweeping services.
18. Business License. The Contractor shall procure all permits and
City Business licenses, pay all charges and fees, and give all
notices necessary to the due and lawful prosecution of the work.
19. Call -Backs. Whenever, in the opinion of the Director of Community
Services, a section of street is inadequately swept, the
Contractor shall, within 24 hours after notification, re -sweep the
section in question and shall forfeit as a penalty Fifty Dollars
($50) for each curb mile that is inadequately swept.
20. Extra Work and Special Work. The Contractor shall specify in his
bid the cost per curb mile for extra work added to the regular
schedule during the year and the cost per hour for special work of
an extraordinary nature, including but not limited to construction
spillage and parades, which may require sweeping services during
the year.
21. Traffic Counters. The Contractor• is cautioned that at various
times and locations, the City will temporarily install portable
traffic counters which utilizi� a hose placed in the roadway.
Notification of such an installation will be given the Contractor
or his operator a minimum of two (2) days prior to installation.
The notification will set the hour and date of installation and
duration of time the instrument will be in place. If, after
proper notification, the Contractor's equipment causes damage to
such a counter, or its appurtenances, he shall bear the entire
costs of restoration, repair, testing or replacement of the
traffic counter.
22. Mileage Indicators. All self-propelled sweepers used by the
Contractor in the performance of this work shall be equipped at
the Contractor's sole expense, with a device which registers
accumulated mileage only while the brooms are engaged in sweeping.
23. Holidays and Inclement Weather. When inclement weather in the
opinion of the Director of Community Services, prevents adherence
to the regular sweeping schedule for two or less days in a given
week, the sweeping areas so affected by the inclement weather
shall be swept within the following one week period from the date
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.
As to holidays, when any holiday or observance as specified in the
Government Code of the State of California occurs on a regular
scheduled sweeping, area shall be swept within two (2) days from
the regularly scheduled sweeping day without interruption in the
regular sweeping schedule.
In the event the Contractor is prevented from completing the
sweeping as provided in the schedule because of reasons other than
inclement weather, he shall be required to complete the sweeping
I
services so deferred prior to the next regular scheduled date, or
give the City credit for the curb miles of work not so performed.
The Contractor may be required to submit reports as requested by
the Director of Communitv Services concerning sweeping schedules
and other related matters.