Loading...
03.06 Second Amendment Street Sweeping 4������9�/`� *7L,.`��QRP�F�yT�Q`{�M' V,' ':� *�.�, :��Q AGENDA ITEM ��... �FC.�e,ti G�� '� May 14, 2019 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager FROM: Christopher Cash, Public Works Director��� REVIEW: City Manag Finance 1. SUBJECT Second Amendment and rate adjustment to Street Sweeping Agreement with CR&R Environmental Services Inc. 2. SUMMARY On March 19, 2013, the City entered into a five-year Street Sweep�ing Agreement with CR&R Environmental Services, Inc., with an initial term ending June 30, 2018. The agreement has three, one-year extensions available at the direction of the City Council. On May 8, 2018 the City approved a one year extension to June 30, 2019. 3. RECOMMENDED ACTION Approve Second Amendment to the Agreement with CR&R Environmental Services, Inc. for an amount not to exceed $540,600 including a 2.0% rate adjustment, and authorize the Mayor and City Clerk to execute on behalf of the City. 4. FISCAL IMPACT The total expenditure for this agreement is $540,600. Upon approval of the Fiscal Year 2019-2020 Budget, the expenditure will be funded through: General Fund (100) $510,000 Sanitation and Sewer (220) 30,600 Total: $540,600 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community b: Provide and maintain infrastructure necessary to ensure public safety Goal 4: Provide outstanding public service b: Provide facilities and services to meet customer expectations. ITEM 3• �0 1 05/14/2019 6. DISCUSSION AND BACKGROUND Extension- This is the second extension out of three, one-year extensions following the expiration of the initial five-year agreement. Rate Increase- CR&R Environmental Services, Inc. (CR&R) submitted a request with supporting documentation for a July 1, 2019 rate adjustment. The agreement stipulates that CR&R is entitled to an annual rate adjustment provided they submit their request in writing by March 30 and such adjustment is in accordance with the rate adjustment methodology model. The model utilizes changes in labor, fuel, equipment and disposal fees, and changes in the formula-based consumer and producer price index (CPI and PPI), to calculate a multiplier that can be applied to street sweeping service rates. The model calculated at a total rate of 2.1% increase. However, the maximum allowed per the Agreement is capped at 2.0%. Essentially, CR&R is requesting an adjustment of street sweeping rates at 2.0%. If approved, the requested rates will become effective July 1, 2019. Based on the proposed 2019 rates, the estimated City expenditures for street sweeping will be $540,600, an increase of$10,600 compared to the current rates. 7. ATTACHMENTS 1. CR&R Rate Request—2019 � 2. Second Amendment to Street Sweeping Agreement with CR&R Environmental Services, Inc. ITEM 2 OS/14/2019 . . . � � . � ., . .;_:, .. �a. Q,aa:.�o, , ,. _ .... .. ,. .. ernrirarnnental's�rvtces , � .-. �� 4 .. ��. : : ::March 29, 201.9: : :: _ _ . . , . . _ . . .. . � Mr. Alan Truon PE' 9.s . Fleet S:ervices Marlager. . . .. .. . _ Cit:y ofi O�ange _ . 300 E;Ch;apman Ave: : . : _ brange, CA 92866:: . _ .. _ . . e: nnua .:onsumer nce n ex �us.ment _ . . . . Dear-Mr:.Truong, .. . Pursuant to::our current Street �Sw�eping, Agreement with .the City of Qrarig`e;, CR&R Incorporafed respectfully sukimits the attached Rate Adjustrrienf Ca(culations for fiscal : � . year20�9=2020. As you ar.e aware, our current agreemenf stipulates:the conditions�upon . which our r.ates may be adju5ted..on;:an annual basis;:rivith a maximum 2%o annual . . - . mcrease,:Ttie attaclied proposed increase would.affecf afl the rates.that we currently are.. aflowed to'charge through our existing agreement: TheSe new �afes, when a.pproved lay the Gifiy; would become effecfiive.July 1.,2019, � T'he following is a summary of the existing and_proposed rates as a �esult of�tfie 2% rate: adjustment: :Rate Current : P,roposed ; Curb Miae Rate . . .. . :: : :::$:1"1.39. . .. $11:62 ::: :: .. . , Curb Miie Rate-Arterial $11.39 $11.62. : . : ' . . . .. :: Corp Yard $31.83 : .: .. : $32.47 , . I/Iiater Yard $31.83 $32.47 � ... _ . . Dail Yartl: �:10.61 $10:82. :: :: Y �. Parking:Lots :$509.38 $51:9.57: : . - _ --. .. . :;Alleys/Bike Lanes: : : $11�:3.9:� . :$11:62 :- :-: : - - � --: . . . .. . Emergenc�/Hour. : :: . $12Z.3:5: :: . $129,90 _ Special/Hour $84.89 $86.59. : : : .. . Vl/e have prepared #he.attache.cf rate sehedules.vuhich outline:the required mefihodofogy. .. and .the. resu,lting rates. All. of the new rates::have been; calculated following the:; , , .. . .. .. contracfua mef o, o ogies outlined in.oui�agreement. -. : _ , vrtwra,fi�s�rvicea.cotn.. . . _ . . . cy g -c. t�i.sx -.�:_: fl�st�,:.e 6�r�.atg3stem^ i ! � h � .. . . .. _ _ ' We:look:forward to your�eview of our proposed rate adjustm�nt: Pfe�se do not hesitate:�. � . . . :..., to call if you have:any questions:or cornments. . Respectfully; .. . : :. . . . ��.:,,.;� � �- -=�`�- ����- . � J. Alex 6raicovich � . _ .. . 1 Senior Regional Vice President .. . � . �� _ _ . . � : :. _ . . � . ; _ . , . .. ; .. . _ . . . .. . . _ . . . AttachmentS; .. _. . . _ . .. .. . . .. . . _. . . . . . .. . .. . . . ._.. .. .. . . _ . _ . .. . .. _.. .. .. . _ _ .. , . . . . ... City of.Orange.Street:Sweeping. .. . . � - . 2Q19 Rate:Adjusfine.nt ...: .. .. . Per Contract: . _ _ _ . ... Ic rc ha di . . - . . Step One::Ca ulate pe entage c ng:e in in' 'ces: . ... . A _ . B : .. . C : :. . Line <Adjustment Factor.: : Index O:ld;lndex`Value Neinr Index,Value 0 .: : , ... .. .. ,. .. 1. . Labor: (�:) .: 18.12 .. .: : . �9:08 5,3% 2 :Fuel �: . �11�.10 :. . 2 �: . � ) : . : . 1'�4:5.0.,. -3;9% : 3 Equipment: : �3) ` .:: . 147.70 ; 149�1Q; 0:9% • ,::Disposal ::. �5) 34 1 2:5% : 5 .: : • .$ :: . 35.Q5 . .... .:.. 6 _ All Oth;er : :. . . �6� , - 252.169 . : 257:565 : 2:.�o�o ` ::..:.. St .. . D .. . e C .. . nt ' 'ep'Two:. eter.m. '%n ompane s:. ;; : _ _. _ _ D : E: F : : : . . . . Cost Factar�Category� Percent�hange i� : � Initial Cost . . . Total 1Nefghted Adjustment Factor Index � ne Vl/eighted as l of Index from:Cofumn Compo nt.jfi) Ch'ange CompanentTotal:(7)' (C) . :Labor �1� �. _. ... �. ... 33.00% . 5.3.% ,. 1:7% , Euel : (2) $ : 4.70% : -3:9%e; -0:2% : : � . .. .. _. ... ... o o p � Equipmen�: _ .. : : : (3) $ : . , .. . .2:o .. . . . 25.6�/ : Q:9/: 10;00% 2.Sf .. . ... .. . o. .. Disposal .(5).. $ . . ... - . . ... .3,/0. . ... . . . All.Other (6) $ - 2fi:70% 2.1% :: . 0.6% :...:. Total:::. , : . $. . . ... _ 100..00% . .. .,2:64%0 . _ . . Maximum:allowed per:c.ontracfi. : . . . 00°10 - 2 _. . .. .. . _ _. _ _ _. Step Three:Apply Percentage Ghange to Raxes _ .. G H � :: : :. �::: : 0 Rate:Increase ar .. . T W.eighte Adjust onthly Rate:Catego:ry Existing Rate Percentage:Ctia ge: : Rafe(Col mn G+: : I I . ou , �C mn G.x Co umn : . .. . . ou � (Row 13 Column F) C I mn l) .. H). . ... Item#1: Cost per:curbmife : $ 1�1.39 -2.QO�o $ : : : Q'23 $: : : 11.62 Item#2: Cost per:curbmife:=acter�al : : � _ $ .. 1'1:.�9. : 2':00% $: .. ::0.:23 $ .: : 1;1.62 0 Item#3. Co:rp yard-peroccurance , : . . $ 31:83. ... 2;00./o::.$.. .. . ..... 0,64. .$ . ... 32,47. . Item#3A. Wateryear.per.�oecurance ;$ _ . 31.83. . _. . _ 2.00%: $ 0:64 :$, 33..47 : item#36_: Daily yarii rate ::.: $:.: 10 61;. :.. 2 00%'..$ 0 21:. $ 10:.82: . , _ .. .. ltem#4 Par.king lots per occurance $ : 509.38 2.00%: $ 10't9: :$ 519 S7�: y y p _ .. Item�#5 All :viia s ercurbmile $ 11:39 2:00% $ �,23 11,62 : _ . . . Iterri#6: C(ass fl Bike lane per curbmile: $ 11.39.. 2.Q0% .$ 0.23. $ 11.62 . . , ltem#7: Eme:rger�cy rate:per hour : . : :: . : $ 127:35 : ::2;00% $:� : : 2.55 $. :-; 129.90 . . Item#8 Special rate per hour:. : : .$ . 84.89: : 2.00% $ 1:Z0: .$ 8659: .. .. . . . .. _ _ . _ . _.. . _. . _.. . .. . _ .. . . � . . ... _ . .. . ... .. _ . . _ . . .. . . . . . ... . . ... _ _ . . _ . . _ . . _ Step Four:Re-weig.ht Cost Comp:onents . _ .. K L M :: .: : N :: :: : 0!: :: : I o . Percent�ge Chang�. ncrease In Cost Cost Componenfs G st Component. Cost Component as Applied to Rate Components Reweighed_to Equal Adjustment Factor lndex Increased,(Column K - � 00%fior Future: (Golum D) Adjustment�(Column (Column K-x Column � 1 u . .. . E) . L) Adjusfinents +Co rnn M.) :.. . _ .: : La6or: ;(1�): : 33:0% 5.3% 1J% 34.7% . 33.8% .Fuel�: .. . ... . �Z.). .. . ... . 4:7% ... .. .: :. . ... ...-3:9% _0.2% 4:5% : 4.4% _ . Equipment: (3) 25.6% 0.9% 0.2% : 25.8%' z5.1% . Disposal..:.. (5) 10.0%� :.. 2.5% .. 0:3% 10..3.%.. 1Q.0% All Other (6) 26 7% : 2 1.°.fo : : 0:6% : 27:3°./0 26:6% , . ... Total.. . 100:0% .102:6% : :. . 1D0:0% {1) Employment Cosffor selected operator#40053,(Using total lab"or:ho.urly cost;:year over year compari5on) . � (2) Producer Price Index,iNRU0531 not seasonally adjusted, Fuels ancl'related products and power, natural gas(annUal) {3) Producer Rrice Index, PCU336120336120,Heavy duty truck mfg.(annual). (S}.Gate rate:at Disposal site. : . .. � . (6):Consurr►er Price Index;forAll U,rban Consumers(ClJUR0000SA0L1E},all.items less:food.and energy index.-.U.S.city.average. (annual) _ _ . _ . . .. . . _ . . ...... ...... .. . . _ . . .. . . . .. .. . .. .. . . .. .. _. _ _..... _... ... .._.. _:. _... _ . _ . . , _ _ , . . . . . . . . . . 3/13/2019 _. Bureau of,Labor Statisdcs`Data.. . . . A ta i Ind t EU ! � . _ � . �nta_ E.mail a .. . , . . .. �x. j FAp,s � ,3bou � ' ri Us Subsenbe to - Upd tes m � S"o!!uw fAs J(:Ullt?ut's tveiv r SYe9easa G�tea�uur.�.t3l:a�:. _ .. Search.BLS.gov � . .. 4-E.air�� iu4�je�Ys Data.Toais ��.�1�pic�tlin�is. Fcc;arar�ie'f2�ir::�s�� ��u��n� F�e1:� I I. I. :.. . I I I I I ' � . . . , Databas�s, Tables & Calculator� �b� �Sub�ect �SHAREoN:�c��; . . . _ . . .. Change 0utput Options;: Froinc:: zoo9 � T6: 24'i9 i ; � . .. . _ t_�include gcaphs :���1 include annual ayerages More�ormafting Options�► Data extracted on: March 13,2019.(4:32:11 PM) PRI Commodit' Data y.. . � . . . . Series Id: WPU0531 ... . . . ..... Not.Seasonally Adjusted . Series Tit1e; PPI Commodity:data.for Fuels and: related pcoducts and power:-Natural gas, not seasonally adjusted . .. . . . Group� Fuels end related pr.oducts:and:power �. Item: Natural gas � Base Date:.. '. .198200 . _ . Downloadc.�;x{sx `� � � �._.._�..___ - Year ]an : Feb Mar qpr:: May ]un Jul: Aug_; Se Oct : No.v :: ~ Dec. Annual; :' 2009 229.4 ` '175.9 i�f6.8 138.7 135:6 140,Z 151:5 147;8 123..3 154.Q 181:b �� 195.1. . 160.0 2010 :. . 244.4 231.2 20A:3 168.8 175.8 . 178.0. .i95.4 194.3 157.7 :159.6 143.9 . . i76:7: 185.8 2011 179.6 . ...183:0 163A y1Z8,6 182,4 183.9 1S4,p 1825.. 167,Y 158.4 . . 148.3. 144.4 171.4 2012 132.4 115.3 104J 92.3 89;4 102.1 115;6 125�: 115.4 126.Z 143.5, 152.3 i . 117.9 : � 2013 143,1 '.138.Z 144.2 163.9 :172.2 170.1 .155.G 196:$�. 149.8 149:5. .. :150:Q 163.2 153.9 . . � 2014. : : : 180.7 235:1 .:Z1:0 3: 194.7 193.4 1$6.7 : �.79.6 1595 i62,8 ,;1b0.4 155,1 . 170:5' 182.4 2015 127.6 114:7 115.8 101r1 10LQ 108,8 109.4 112.1 104.5 : .99.6 84.6 85.4 105.4 2016 , ;93.6 . ..... _ 84.0 64.4 70.2 ..75.0 82,3 113:5- 105.9:. 113.0 114.4 lOb.b: 132.5 36;�: .: 2017 15fi.2 . : . 133A 103,8 120.4 _1�:9.8 120.3 115;1 1i:i,8: 111.6 I08.8 1:06c6 116.7 1187" ; . 2018 112.6 125:5 94.1: 9fi.0 100.1 :303;1 105,4 104_0 iQ4.9 1083 121,4(P) , 149.5(P) 114.5(P `2019 135.3(P) 100,4(P .. : . i _ �_.--� P:Preliininary._Afl indexes are'subject to revision foUr tnonths aftar ori Inal ubficati"on:� � " 9 �p ... .. . ... ; -__--__ _ _ ; . .. . 12-Month Percent Change. Series id: WPU6531 .. Not Seasonally Adjus.ted.. .. : : : , Series Title; P.PI:Commodity data for Fue�.$ and related produ.c.ts: and power-Natura3 ga5; riot seasonally adjusted ; _ :; Group: F.uels and related products:afld power Item:. . .. .. Natural gas. . . .. .. Base Date: 598200 : : : Downlaad: rcisx : : :. Year .V ]an Feb Mar Apr May ]uq ]ulW Aug Sep_ Oct Nov^ Dec� /tnnual ' : . . .. _ __ _ __ _ _ __ _ _ 2009 :. 21:8 -47.1� -59,5 -63.9 -69.0 . &8:8 . -69.1 58.4 -54.8 . =40.1 -16.4 -19:4 -53.5 2010 ' 6.5 . .....34.4 39.2 21.7 ..29,6 27:0 29.Q . . 3X.S 27.9 3.6 . . .-2Q,7 -9.4 16,1. ... _ � . _.___ 2011 26.5 =20.8 -19.2 5,8 3.8 33 -5.8... :=6:2 6.0 _0.8 .... : :3:1 -18.3 -7,8 . _ � - - -48.3 : =51.0 -445 -37.2 : =31.0 30.9 -20,3 . : : r3:2 5.5 2012 -26.3 : : :. -37A -36.5 r3i:$ _ ------ : 20i3. : : : 8,1 13.9 ...37.7 ; 77.6 92,6 66;6: : 34.6 16.6 : 29.8 _ ;18,5 4.5 _ 7.Z 30.5 2014: 26:3 70:1 45.8 18.8 12.3 ._ �9;8; 15.4 8.7 ' 8 7 . . 7,3 3.4 ' 4.5 18.5 . 2015 29.4 -51.2 -44.9 :.-48.1 . -47.8 -41J -39.1 -29�Z -35.8 -37:9 � -,�i5.5 -49.9 -42:2 .. 2016 -26.6 . :�. :-26.8 -44.4 =30;6.� rZSJ -24.4 3.7: . :-5,:5 8.1 14:9 : . :25:3 55.Z -8.7 , ---- 2017 : 66.9 58.3` , fi1,2 71,5 59 7 46:2 1.4 5.6 =Y.Z =4.9 0.6 13:9 23.4 201$. -. . . _ - y . , -27.9 -5.6:.. 9.3 20.3 16.4: -14:3 . -8.4 7.0 .: �6.0 '::-0.5 . 13.9 P) : 71.0(P) -3.5(P _ _ 2Q19. . ..20.2(P) 2U.0�) _. : :. _ _ P;Preliminary:All mdezes are sub'ea ct to revision four months after original pu6lication. ` _______ .. ... https:/ldata.bls.govlpdq/SurveqOutputServlet 112 :. . . .. . . . _ _ .. . . . 3/25/20.19 . eureau of Labor Statistics'Data- . . tt Go 7 tn�4:x.�' FAqs � A6ciuL.C3L5. (:CrantacLUs Su65cribe fo E-mail l)pdates �� _ Fallow t9, ��:!PJixa¢'<PAeau+ ��lczase C.�a4ttrcar.�.e�I±sr�:. . .. . : Search,Bl.S,goy °�. k F�ome . -'u�e'ec�s Data,Tools ; �u{�sii.r,��i�s�� �:cc,i���sia�f�f�eleas�u. I ���.€r�en�s �r��:a : I I t I ... : . I. . ' I .v �.. . I I , . . . Databases' Tables & Calculators by Subj ect �sHARE o� ���:a , : _ _. Change 0utput Options: : . :F�omi:: zoo9 r ro;:,zois ��:: � . . . .. . ,. . . . , , . . C�include graphs. :�✓3 include annual dv?rages More•Formattinc�Optio�is� _ . _ Data,extracted on: March 25,2019�11:48:19 AM) . . . .. . PPI Industry.Data ::: :: Series Td• PEU33612033 . . 61'20... .. Series Titlei' PPI industry data for Heavy duty truck.mfg, not seasonally ad�usted Industry: . Heavy dufiy truck mfg Product: Heavy, duty truck mfg. _ . . Base Date: 200312 _ . { ! Dovunloadp �.xlsx _ i , Year ]an:. �eb.. Man. Apr :.May :Yun Jul Aug; .Sep ..Oct . Nav Dec °Apnual ` 2009 123,Y . .123.3 123.3 123.3 123,9. 124,1 1Z4,1 125.3 .125 3,'125.6 i25.2 1Z6.2 124.4 ' _ _ 2010 . �26.2 126.2 .f2fi,2 126,3 126.2 129;4. 129:5f 129.2 129,4 129.6 129:8 129.8 1Z8.1 ' � 2011 : :i30.4 130.1 .130.1 `130.1 130,6 130.6::131:3 131.3 131.4 132.5: 132:7: 132J 131:2 : , : • 2012 133.,6 133;9 133.9 134.4 134.6 134.8 134J 134.7, 134.7.; 134.7 135:3 .;135.5 134.fi -- 2013 13fi.1 135.8 135.6 135,2 136.1 :1�6.9 137.1 136.8 136.9:.138A 138.6 138.3 ; . 136.8 � - - 2014 . ...138,8 '1�39.3 134.4 .1391 139:1 139:2 .139.1. 139.9 139:5� 139;7. . .139,8.. 139.7" 339.3. . . _... 2015 :: .f40.7 140.9. 141:9 141:4 141.8 141.8;'142:3 1'42.4 14Z.5 142.6: 142:7 142:9 142.0 - : . , 2016 �344.3 144.3 144.3: i44,7 144.9 144,6..144.7 144.8 .145.T 145,0: .. 145:3 . 145.5 199.8 -- -- - 2017 147.9 ...14Z.fi 147.5 148.2 148.3. :14Z:3 147.6 147.8: 147,4: 147.0 147.4 ; f47,6 : 147.6 2018 147J . :148;5 148,8 148,5 14$9 :148.9. 149.3 150.4 150.3 150.4 150.3(P) 150,3(R}: 149.1(P - 2019 150.3 P) 150:6 P P:Prelimina .All indexes are suhject Co revisfon four months after:ori�inal_publ(cadon ' :: .12-Month Percent Change... . ... Series Id:.. PCU33612033612Q.. .. Series Title: PPI industry..data;.for Heavy duty. truck mfg, not season.ally.adjusted _ _..Industryi Heavy..duty trnck mfg : _ Product: Heavy. duty truck mfg Base Date: 200312: . . Download.:�,xisx .. .. . , . . _ _ �. .._.._ ,_..._.__.,....�� Year ]an: Fe6:• 1War Apr May: 7un. ]ul: Aug Sep Oct Nov: �ec Annual 2009 4,5 4.7 4.6 4.4 4.9' 4 5 4.5'' S.5 5.2 4 3 . .3.9 4J 4,6' , . _ �.. ._.�.��_-- 2010 2.5 2:4 2.4 2.4 ..1.9 4:3 4.4 3ii �.3 .3.2 3J :.2.9 3.0 201�.. : . 3.3 3.1 3.1 3;1 .3.5 0.9 1.4 1.6 .1:5 : 2.2 2,2 2.2 . :'. :2.4 . . , _-- . -=, . 2012 2.5 29 "2.9 3,3 3.1. 3:2 2:6 2.6 2.5 1.7 2:D: 2:1 2.6 2013 1.9: ..1.4 �1.3 0:6 T.l:: 1;6 :1:8. 1:6 1.6 2.4 .. 2:4 2.1 1.6 � - . 2014 2.0 2:6 2.8 2:9- 2:2 1,7' 1:5 1.4 1:9;..5.2 0.9 1.0. . ....1.8 - - �015 :: .1.�} 1.1 1,8 .2:0 : .I.9 1.9 2.3 2.2 2.2. 2.1 2.1 2.3 1.9 - � . . 2016 2.6.. . 2c4. ..iJ 2.0 2:2 ..2�0 .1.7.. 1.9 1.9 iJ . . .L8. . 1:r8 2.0 _-__- Z017 2,5. . :2.3: . 2.2 2.4 2.3 . 1:9 2:0 2.1� 1:5 1.4 ... 1:4. 1.4 1,9 �- . ZO18 -0.1: .. �:6 D,9 0:2 0.4:. .1:1 1:2 1.8 2.0 2.3 .2A(R) 1.8(P 1.0(?) :. 2019. :1.$(P 1.4(P): . P:Prelirninary.All Indexes are_subject;to revision four months after original publication https`/ldata.bls.govlpdqlSurvey0utputServlet ��2 3/812019 Bureau of Labor Stafistics Data. _ . .. i •x . . GLS � o , � p : A Ko z t u1� ( F�,t�s � �bqut C c�t�ce Us Subscnbe to E-mai.0 dates m . . .. . i=cailaud Us_,j�U1ti��,t'S tVaav� i2.s:tFase��i�at3e�r,�.'aSfn�:. : :.. . 5earch:BCS:gov _. . . . . . � � i-�t�sfit� -,F'��a'ect_ Da4a.Tools E�i�E�ii�,�ti��zns. �cr,rrc,rni%E�c.lc:���s vtuc9ei�f� �3c.�� , I I ! I f I I � I I: . Dat�abases, Tab�les &i Calcitlators b� Subj ect : �SHARE oN ���l : Chanye�0utput Options:.: Fro:m:: zoo9 � To;: �2019:��] � ' _ . . . _ . , , U include graphs :C)include annual aveYages � ' Mnre Forrnatting Optians.� � .. . . . . ... Data extracted on: March 8;2019(i:29:12 PM)� �. .. . : ::CPI-All Urban Consumers(Current:Series): :: . .. : : . _ : : :. . Series Id: CUUR0000SA0LfiE . : , Not:Seasnnally Adjusted:. . Series T3tle: ,All items.l.ess foad and energy in U.S.: city average, al�..urban `.consumers, not Seasoria];ly adjusted . Area: U.S:.city avehage Item: All;items less food and:energy Base Period: 19$2-84=109 . . .... Downloadi. xlsx . ��:� _ .... Year Jan`: Feb :: Mar Apr: , _May:: )un Jul Aug 5ep act ; Nov Dec Annual H/1LF1 HALF2 2009 216,719 217.685 218.639:219.1'43 219.f28 219.283 219.950 219,596 .220.137 :220J31 220:384 ,2Z0.025 .219.235 218,433. 22D.037. 2010 220;086, 220.602 221.059 22i,366 221.193 Z21,265: 221.258 221.551 22�.907 :222.OZ9 222:077 221:795 221.337 220.895 221.778 � _ . ... ; 2011' 222:177. 223.011. 223,690 Z24.118 Z24.534. 224.891: 225.164. 225.874 2Z6.289 226J43 2Z6.859 2Z6:740 225.008 223J37 226:278 ! 2012 227,237 227:SB5: 228J35 229.303,, 229 602 2Z9:879 229.893 230:196 230J80 231;276 .231.263 231,033 229.755. 32$:�70 230J40 �! 2013. 231,6I2 .232.432 .233.052 233.23fi. 233i462. 233.640. 233.79�, 234.:25a 234.782 235.:162 .235;243 235.00D 233.8.06. 232:906 234.7U6 � -- ���:___.-.--- . ...,. ; 2014. 235':367 236:075 236.913 ,�37,509 238.OZ9 238.157, 238.138 238:296 238.841. '239.413 239:248 238.795 -237.897 237,008 238J85 2015. 339Z48 240.083 241.067 Z4i.802 242.119 242.354: 292.43fi 242.651 243:359 243.985 244.075 243.774 :242347 241:112 243.381: . _�.�.. � _ ,,T 2016 244.528 245:6.&0'::246.358 246.9.92 Z47,544: 247.794 247.744 248.278 248,731 249;218 ,249i227 249.134 Z47:602 245:483 248J22 :: - 201T 250,083 251,143 251.290 251,642 251;835' 252.014 251.936` 252,460 252.941 253:638 253:492 253.558 252.169� Z51.335 253,004 .. 2018 254:639. 255J83 256.6f0 257.025 257.469 257:697. 257.867 25$.612 258:429 259.0b3 259:105•259.U83: �57.565' 256.537 25&,593 �01� 260;122 - 12-Month Percertt Change Series .Id; ,CUUIt00005AAL1E Not.Seaso[ielly Adjusfed : Ser.ies Title: All items.les� food,and,energy i� U:S.: ca:ty average, a.11 urban:;consumers, not"seasoria.Ily adjnsfed _ : Area: U 5 _eity average, " ' _ Item: All;items less food :and:energy - : : :. .Base Period:.. .1982-84=100. . . ..... .. .. : : :. . . . Downloadi. ;:xisx --- ------- - ----=.. Year ]an. Feb• Mar A r Ma ` Iun ]ul Au Se Oct _ p g p � Nov Dea .Annual HALFl HALF2. . 2009 . ...1:7 1.8 1.8 . 1.9..: 1:8 1,7: 1,5 1.9. :. .1,5 1�J .. .1.7 ....1:8 .. i:7 .. . . . 1.8' .. .. 1:6:. . .. . . . ..... _- .___�_�.� 2010 : . 1.6 1.3 1:.1. 0;9.. " 0.9. 0:9 �0,9 ;.0,9 0.8 0.6 : 0.8;:: :0.8 1.0. 1;1 0.8 2011: : ;. 1.0 1.1 1.2' :1.3. . 1.5 1.b ..1.8 . : 2.Q 2.0 2.1 2:2: ;.�2.2 1.7.. . ' : :1:3 2.0 � _ 2012 2r3 2:2 : 2:3' 2.3 2:3. . :2.2 . 2:1 1.9 : 2.0. : :2.0 1.9 1.9 _. : :2:1 2,2 : 2;Q: : --.,- - 2013 1:9 2.0 1:4 IJ 1.7: . :1:6 1.T 1.9 i:j. : .1J 1.7 1:7 1.8 1.8 1:7 _ . . .. . _ ._ . . . . _ _ . . . . 2014 : . �..6 1:6 1J 1.8':: 2.0 1.9 .1.9 1tZ 1.7 1.8 . 1:7::. .1:6 1.7:. 1.8 iJ 2015. : . :1:6 1.7 1:8 : .1:8�: 1.7 . 1.8 1:8: . : 1:$ 1.9 1:9 Z,O. . :2.1 1.8 1,7 l.g - . 2016 2:2 2 3 2.2 2 1 2.2 �2 2 22 2.3 Z.2 2,1 2.1 2,2 22 .2.2 2.2 ' 2017 2.3 2;2�:, 2.0 1.9 .:1.7. :1.Z 1.7 1J : iJ ' 1,8 1.7 1.8 1.8 2.a :: 1:7.. _�^- .. Z018 . : 1:8 18 z.1 2:1 '2:2 Z.3 . Z.4 , 2..2 . 2.2 2.7. 2.2 2:2 2:1_ 2.1 22 2014 2.2 TQOL`$ j., CAL:GULATORS ( : .H.ELP: :; . � INFO.. : � RESOURCES https:!ldata.bls.gov/pdq/Sulvey0utputServlef 1/2 : . ..... _ . � . . ..... . . .. . . . . .. �„�_ i Thomns D.Kout�oul.is,Director � � •-- '.�,���:�>,, ;�� �„�<<a�..ti. .. . . . . . '. 300 N Flower$ireet,Suite 400 5anta A a - '. , ' • "•a �'�.�. t +4T ■ � n CA 92703 . �.�-��„,,,_. .�► v �5��� -��L.��C1111� . www.oc andflis.com . x i :. � . r�i„ (n�n n�u r,��f o n� r n«i��, i m��t r. Telephone.'.(719J 834-4000 .. . . . _ i :. :. Fzx;:(719)839•4183 .: .. :. : :. . . i :: : . . � IVlarch 13;:2Q19 _ . GR&R Enviro�tnental Services, Iric . .. .. . _ . . .. _ . . Mr.:Jeff Sn�w, Vice President: . . 112:92 Western Avenue _._ Stanto�i, CA 90680:: ;Subject: WTste Disposal Agt-eement Contruct Ratc .. .. . Deac Mr, �no�v: i In accordance with tlie:Waste Disposal:Agt�eement between:GR&R Inc, and ttie,`County of Orange:: .. : : : ; .. . . .. . .. . . .. . , (County);ilie:County is obligaled to provide CR&R Iric;with notice of the adjustment to the conlr:act , rate;on_an annual basis effec#ive:July 1,51 of each:year; This letter serves.as::youi official notice.tliat die � .. - . _ . adjusted conti•act rate:ii�crease will be�35.Q5.This is a$0.87 increase from lhe previous rate of$34.18. . .. Tlie adjusted contract:i�ate, $35.05, will be in effect,Yuly 1,.701:9:_ _The,esc�latioi��calculation.of.tlie_ adjustment isincluded as an attaclunent to this letter as:set forth in Sec�ioii 4.2.(F)of the Waste Dispbs�l � : :. Agreement.. . , ; Ifyou liave ariy questions;:please ca11�l�e at(714) 834=4:130 or e-mail:me::At: :: � l:risten:alniaraz(c�ocw�;nc�ov..coi�i. _ Sincerely,: : �---�-�-- . . � . �� .. .. : . ���� ::: . I{risten:Alinaraz _ . . .. . �:Contract Compliaitce:Manager , Busmess Services,Gontract&Pi•ograin.Su�iport " � Attachment .. .. _ .. . AGR 5963.2 SECOND AMENDMENT TO CONTRACT [Citywide Street Sweeping Services)] THIS SECOND AMENDMENT TO CONTRACT(the"Second Amendment")is made and entered into as of ,2019,by and between the CITY OF ORANGE, a municipal corporation ("City"), and C&R INCORPORATED, a California corporation ("Contractor"), with reference to the followirig: A. City and Contractor entered into that certain Contract (Agreement No. 5963) dated as of March 19, 2013 (the"Original Contract"). B. City and Contractor amended the Original Contract by that certain First Amendment to Contract,dated as of May 8,2018 (Agreement No. 5963.1)(the First Amendment")to modify,amend and supplement certain portions of the Original Agreement. The Original Contract and the First Amendment are incorporated herein by this reference; and C. City and Contractor desire to further amend the Original Contract to extend the term and increase the compensation. NOW,THEREFORE,the parties hereby agree as follows: Section 1. Defined Terms. Except as otherwise defined herein,all capitalized terms used herein shall have the meanings set forth for such terms in the Original Contract. Section 2. Cross-References. City and Contractor hereby agree that all references in the Contract or this Second Amendment to the "Agreement" are deemed and construed to refer to the Contract, as implemented by this Second Amendment. Section 3. Term. Article II of the Original Contract is hereby amended to reflect a Second Extension Term commencing on July 1, 2019 and terminating on June 30,2020. Section 4. Compensation. The total not-to-exceed compensation set forth in Article III of the Original Contract for the services to be rendered thereunder is the sum of FIVE HLTNDRED FORTY THOUSAND SIX HUNDRED AND 00/100 DOLLARS ($540,600.00). Section 5. Integration. This Second Amendment amends,as set forth herein,the Original Contract and the First Amendment and, except as specifically amended hereby,the Original Contract and the First Amendment shall remain in full force and effect. To the extent that there is any conflict or inconsistency between the terms and provisions of this Second Amendment and the terms and provisions of the Original Contract and/or the First Amendment, the terms and provisions of this Second Amendment shall control and govern the rights and obligations of the parties. IN WITNESS of this Agreement, the parties enter into this Agreement on the year and day first above written. . "CONTRACTOR" "CITY" CR&R INCORPORATED, CITY OF ORANGE, a municipal corporation a California corporation *By: By: Printed Name: Mark A.Murphy,Mayor Title: *By: ATTEST: Printed Name: Title: Pamela Coleman, City Clerk APPROVED AS TO FORM: Mary E. Binning Senior Assistant City Attorney *NOTE: If CONTRACTOR is a corporation,the City requires the following signature(s): -- (1)the Chairman of the Board,the President or a Vice-President,AND(2)the Secretary,the Chief Financial Officer,the Treasurer,an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office,p[ease so indicate. OR -- The corporate officer named_in a corporate resolution as authorized to enter into this Agreement A copy of the corporate resolution,certifaed by the Secretary close in time to the execution of the Agreement,must be provided to the City. 2 Qty ojdronge Stope of Werk Sheet Sweepfng �� � SCOPE OF WORK . � AND SPECIAL PR�VISIONS Street Sweeping Services BACKGROUND -- The City currently conducts Citywide street sweeping with in-hause Street Sweeper Opera#ors anrf equipment/vehicles owned and maintained by the City. The City employees six Full Time Equivalent sireet sweeping operators and owns a #otal of eight sweepers. Over the pas# seven years, approximateIy 33,Q04 miles have been swept annually throughout the City. I. DEFINITIONS Whenever the folEowing terms are used in this agreement,they shall have the foIlowiag meaning: 1. Bid Item-Individual items of work in the Contractor's proposal at an agreed price for the work. 2. Curb Mile-A curb mile equals 5,28Q feet and is the measurement used to designate those miles predetermined by City#o be swept by the street-sweeping Contractor. 3. Debris - All litter, rubbish, leaves, sand, dirt, garbage and other foreign material removable from a paved street with a mechanical street sweeper. �_ . 4, Fully Operational - In a condition to undertake the function to adequately complete sweeping schedules. 5. Holiday — Ail holidays obsecved by the City including: New Year's Day, President's Day, Memorial Day, Independence Day, Labvr Day, Veterans Day, Thanksgiving (including the following Friday),and Christmas Day. 6. Inc[ement Weatiier�-Weather conditions that prohibit the effective operation of sweeping operations,such as heavy rain or winds. 7. Parking Lots-Asphalt, concrete ar other hard surfaced areas primarily for the parking of autamobiles. 8. Periodic Inspectian - Routinely schedulec! or randamly noticed inspectian or audit conducted by City. 9. Quality af Swecping-The street sweeper shall teave designated azeas of sweeping free of all dirt, litter,debris,and visua!dust. 10.Re-Sweeps - Those sweeps required of Contractor when previous sweeps have been deemed by C�ty to be of poor quality, or when a street or seciions of a street have been missed by Contractor during regularly scheduled street sweeping. Re-sweeps are completed at the expense of Contractar, and shall be completed within 24-hours of notice,weather pennitting. 11.Routes—designated street sweeping routes per maps provided. 12. Special Sweeps - Those required by City other than regularly scheduled street sweeping and involving unusual conditions such as traffic hazards, scwer overflow/s�pills, special City events, etc. Bilting for special sweeps is based on an hourly rate with travel time �,._ excluded,as approved by the City. City of Orange Scope of Work 5aeet5weepfag 13. Streeis - AIl dedicated public rights-of way within the existing or future corporate limits � of the City that are paved,whether cvrbed with or without�utters or uncurbed. 14. Sueet:,Sweeping - The removal by mechanical street sweepers of all debris from all portions of the street, including, bnt not limited to both sides of residential streets, � adjacent to residential raised medians, street intersections, the arens adjacent to arterial street curbs anci raised medians {such as left turn pockets), the center striped azeas of arterial streets,and City awned alley ways. . 15.Travel Speed — Sweeper operator speed in miles per haur while the sweeping head is lowered in the operating position. � II. GENERAL—Standards of Work and Contractor Resaonsibilities 1. The Contractar shall fiirnish all material, labor, equipment, and supervision to perform the maintenance as described herein including,but not limited to,the following: Using the designated equipmerrt, tlroroughly sweep each improved street, alley way, pt�blic parki��g lot, and deslgnated city faciliry yard(Water Yard a�rd Corporation Yard) rn the Ciry on a frequer:cy as spec�ed in this scope of tivvrk and dispose of collected debris in a legal manf�e�: Worl� equipnient, and methods sha11 be in camplirntce with a11 applicable�ir Quality Management District(AQMD) a�id National Pollutant Discharge Eli»rination Systenr(NPDES)regctlations/reqt�irements. See Appendix A for slreet sweeping roirte maps, routes, locatior�s, and freqirencies: �Y�; Appendix�11--Desigriated Rou�es ���-�" Appendix A2—Arterial--Commerc�al/Industrial Appe�rdixA3 --Co�paration Yard and Water Yard Appendix A4--City Pm•king Lots flppendix AS--Alley Ways Apperidix�16—Class II Bike Lanes 2. The Contractor shall perfor+n the work described herein in a thorough and professional manner so that the residents and businesses within the City are provided with courteous, reliable and high quality street sweeping services at all timcs. Sweeping specd shall not exceed ten (10)m'sles per haur. If at any time the City determines tl�at sweeping spced has excecded ten (10) miles pec hour, the City may rcquirc the Contractor to re-sweep any part of,or ihe entire sweeping route in qaestion at no additional cast to the City. 3. The Contractor's street sweeper shall leave designated areas free of all dirt,litter, debris, and visual dust within the control of a fully operationa[machine. Due to various street widihs and configurations 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 the curb-gutter perimeters of each raised median 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 aperations;resulting in minimal debris residual :._ .� or tai lings left on the sw e pt surface following the completion of a pass(es) of the street C!ry o/Orange Scopeof Work Street5weeping � � � sweeping machine. No sweeper sha1D blow debris onto private property. All dust -._ suppression systems shall be as mandated by AQMD. 4. Due to various street canfigurations and den'sities of the urban forest throughout the City, when necessary for proper cieaning, the Contractar shall make more thazt one pass on a street, without extra chazge. Payment will be made for the initial length of curb swept, not the number of passes�aeeded to leave designated areas free of all dirt, litter, debris, and visual dust within the controI of a fuIly operational machine. S. The Contractor sl�alt immediately respund when notified by the City ta re-sweep unsatisfactory areas at no additional charge. In areas with offset angles, extruded curbs,pazking blocks or � any areas where street sweeping equipment has difficuliy in maneuverin�,the Contractor shall�use whatever legal means necessary to maintain the cleanliness of these areas. These azeas are subject to all the terms and conditions listed in this contraet. Sweeping of alley ways shall include two passes to ensure complete caverage of the ally. 6. The Contractos may use the City's Corporation Yard (637 W. Struck Ave.) to store its street sweepers. If the Contractor desires to stare its street sweeping equipment at the Corporation Yard,the Contractor shall include any cost savings in the Proposal. Prior to the use of the City facility, an Access Agreement between the Contractvr and the City will be required. 7. Debris shalt be disposed of in a IegaI manner per all applicable regulations. Debris may �_. not be stored and/or transferred at any City facility. The Contractor is required to obtain all permits and/or make all notifications to the County of Orange, or other lacal enforcement agencies,as necessary for debris handling(transfer,hauling,etc.}. As an alternate,the Contractor may prapose to use the City's Corporation Yatd to store and transfer debris obtained from City of Orange areas only. The Contractor shal! obtain and mtuntain any necessary permits to operate the transfer of solid waste. The Contractor shall maintain and c�ean the transfer area of ihe Corporation Yard at no additional cost to the City. There is limited ground area that is covered by the existing drainage clarifier. The Contractar shall be responsible for rezaintaining proper drainage and shall ensure all water assaciated with sweeping operations is containcd in the designated drainage area. The Contractor shall include any cost savings for this aiternative in their proposal. Prior to#he use of the City facility, an Access Agreement between the Contractor and the City will be required. 8. The Contractor shall furnish copies of valid commercial driver licenses for all operatars assigaed to City,whether permanently or temporarily assigned to City. 9. The Contractor shall assign to the City, at all #imes, the necessaty amaunt of ful[y operatianal street sweeping vehicles and qualified ogerators to per€orm the Scope of Wark as outlined in this agreement unless written approval fram the City has becn abtained. Furtliermore, Contractor shal! have on-call reserve sweeping vehicle(s} and � operator(s) in case of equipment fai[ure or personnel iliness/absents. A penalty of$l00 City of 4range S��ipe of Walk SdeetSweeping will be assessed for each ca�ea�dac day �a sweeping route is `not completed due to �' equipment failure or insufficient qualified personnel. . �� , ld.The Contractor's equipment operator shaIl maintain a lag, listing the locations of roadways that cannot be adequately swept because of obsEructions such as Iow hanging limbs or vehicles parked on City s#reets. The Contractor shall report Ehese locations,by address, to the C�ly within 48 hours. (Deductions may be made from the Canlractar's payments for areas not swept due to obstructions that were noE reported to City wet�in the time allowed.} 11.The Contractor's equipment operatars shall maintain a log and report to the City items such as tree Iimbs or other obstructions 6locking the normal path af the sweeper. Operators shall also report items such as grat�iti, significant roadway potholes, damaged curb and gutter, areas of the sidewalk with si�nifieant lifting, and otlzer similaz liability items. The Contractor shatl repart these items to the City daily (Monday-Friday) and submit the written Iog{s),weekly. The City shall provide the Contractor's operators with annual training to help with identifying these types of items. 12.The Contractor shali, during the term of this Contract, respond to all non-emergency callbacks to the satisfaction of tbe City, within iwenty-four (24) ho�rs of notification. Fail�re to comply with this requirement will result in a reduction in payment to the Contractor as determined apprnpriate by the City. Notifications of deficiencies, poor workmanship, or missed sweeping received from customers within 48 hours of the b�--�, original designa#ed sweeping time shall be responded to by the Contractor at no "�...,,�..,�� additional charge to the City. The City will notify the Contractor of such instances. 13.The regularly scheduled street sweeping times shall be adhered to by the Contractor unIess dcviation from the approved schedule is authorized by the City. A significant number of City streets are posted no parking for street sweeping ar have alternate side postings du�ing designated hours on variaus days of the week. The Pmposer sha�l coordinate sweepin�ogerations wi#h Parking Control Officers from the City of Orange Police Deparlment. 14.In the event that inclement weather precludes adhering to the regulaz sweeping schedule, the affected areas may be omitted from the schedule for that cycle only, as directcd by the�City. No payment wifl be made for cancellation due to iaclement weather. During inclement weather,a two-hour star�dby period,prior to tlie designated start time,shalI be abservcd before a schedaled residential or commercial sweep will be canceled. All cancelations will bc at the discretion of ihe City. I5.The City shall have th�right to establish holiday schedules. When a City hotiday occurs on a regularly scheduled sweeping day, said sweeping area shall not be swept. No makeup for the sweeping area is required unless directed by the City. No payment will be made for cancellation of sweeping due to a holiday. If directed by ttie City,payment for makeup sweeping due to a haliday will be paid at the establishcd contract rate, witl� no premium. ._� . Gty oj Orange Scope of Wor& StreeiSweeping ��- ' 16.The Contractor shall, during the term of this contract,.respond to requests for Special Sweeps required during ernergencies, twenty-four(24}hours per day, seven(7)days per week, by dispatching required sweeping equipment to the site;within ane (1) hour of contact by the City. The Contractor shall maintain an accurate callback list throughout the duration of this Contract and pravide said list to the City. There shall be na minimum compensation for emergency Special Sweeps. Payment wiIl be based upon actual sweeping time. 17.In addition to the daiIy work requixed hereunder, the City may request additional non- emergency Special Sweeps. The City shall request Special Sweeps with at Ieast a 48- hour notice. The Contractor st�all be compensated for Special Sweeps at the established cantract rate. There shall be no minimum compensation for non-emergency Special Sweeps. Payment will be based upan actual sweeping time. 18. Contractor shall noti€y the City should the Contractor have an emergency, and the City shall determine whether the Contractor is released of completing a daily route based on the nature of the emergency. The City has the autharity to interrupt scheduled service should the City have an emergency. 19.The Contractor shall legally dispose of all clebris collected under the performance of this agreement by hauling it to a disposal site subject to ihe approval of the City. � The Contractor shall subrnit with each monthly invoice a copy of each dump ticket showing the date, the amount of material disposed of, the facility where the material is disposed, the vehicle identification, and operator sigmature for each delivery. The contractor shall also submit a monthly summary repart showing the number of loads at each rate,the total amount of materials disposed of and the total disposal cost. 20.The Contractor shall make all necessary arrangements through the City's Water Division, (714) 288-2475, to obtain water meters and shall pay for water necessazy to the Contractor's operations. Water costs are the responsibility of the Cantractor and shall be included in the Bid item costs for associated work.No additional compensation for water wil! be allowed. 2I. Concunently with the execution af the Contrnct,the Contractor shall deliver to the City a performance bond e+qual to one hundred (I00)percent of the estimated annual amount of this agreement, which secures the faithfui performance of this Contract, including, without limitatioc�, payment of any penalty and the funding of any work ta cure a breach of the Contract, unicss such requirement is waived by the City. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his/her power of aitorney. The bond shall be unconditional and remain in force during the entire term of #he Contract, included extensions,and shall be null and void at the conclusioa of the term of the Contract on.ly if the Contractor promptly and faithfully performs all terms and conditions of the Contract. In addition,a Payment Bond is required. See Appendix C for bond form. � III. STREET SWEEPING AREAS .. . . . . . .. . . . . . ory of ora►�ge Scape cJWork SdeetSweeptng 1. The service areas, hours of operation, and estimated frequencies of service under the � provisions of this Contract are detailed in Appendix A. 2. The Contractor acknowledges personal inspection of the sites and the sun�ounding areas and has evaluated the extent to which the physical condition, thereof will affect the services to be provided. The Contractor accepts the premises in their present physical condition, and agrees to make no demands upon the City for any improvements or alteratioas thereof. 3. Some sweeping routes may be adjaceat to pubiic�or private schools. The Contractor shall coordinate these sweeping rautes to ensure no conflicts are created. Sweeping adjacent to schools shall be completed no less than tlurly minutes prior to the start time of school or commenced thirty minutes afler the start time. IV. PAYMENT AND INVOICES I. The Contractor shall present monthiy invoices, for all work performed during the preceding month. Said invoice shall include ail required eertifications and reports as specified hereinafter. The invoice shall be subrnitted on or before the fifth (Sth) day of each month in the amount of the compensation to be paid by the City for all services rendered by tile Contractor under the terms and conditions ofthis Contract. Said payment shal!be made within thirEy(30)days upon receiving the inv�ices,provedin$that all work performed during the preceding month has been inspected and accepted by the City and � that applicable certifications have been submitted in accordance with the provisions of this Contraot. �~ � 2. The Contractor's monthly invoices shall he prepazed and submitted in an electronic format, clearly indicating the Purchase Order number, unit price, total work performed and carrectly extended totals for each individual Bid Item or separate item of work. An invoice format shall be submltted to the City for approval. Contractor shall submiE a fully itemized monthly bill to the City, listing odometer readings and GPS records to permit auditsng of sweeping mileage. 3. Separate invoices for approved Special Swceps shall be prepared and submitted in an electronic format acceptable to the City, including attachments, such as copies of suppliers' invoices, which the City may require to verify Contractor's billing. Unless otherwise requested by the Ciiy, one invoice shall be submitted for each separate and comple#e iterri of Special Sweeps. 4. The City may, at its discre#ion, add new streets or Iots to be swept and/or require additionat services. The Contractor shall be compensated for the additiona! faeilities or services that are designated after the date of the commencement of this Coutract based on the extension of bid item costs as submiried in the request for bids or as adjusted in accordance with subseqnent amendments to the agreement. 'The Contractor agrees that increases or reduction af quantities in an amount less than twenty-five (25) percent of any individual Bid Item shali nat be grounds for renegotiation of the agreed Bid Item price, Increases or reduction in bid item quantities tliat exceed twenty-fivc(25}percent of an individual Bid Item are subject to negotiation. ,� , Negotiation of any Bid Itcm,applies to that Bid Item only. Other Bid Items shall not be _ ,. _ _ .. . . Gry of Orange Scope of Work StreetSweeping affected by these provisions. Any negotiated clianges in these bid item prices shall be �,,. contingent upon.both parties executing a written amendment to this agreement. V. ENFORCEMENT AND DEDUCTiONS 1. The City shall prepare and implement an Inspection Rating System to be used to verify monthly payments and deductions from payments(see sample rating system in Appendix B}. This form arid system may be modified at the discretion of the City. The Contractor agrees to be so evaluated by said system and bound by the ratings and/or deductions . from payments indicated in the monthly Inspection Rating System report. To avoid deductions from the Contractor's payment, the Coniractor must receive a rating of 95 or higher per service area as describcd in Appendix B. 2. The Inspection Rating System will be completed by the City each month. Each of the Contractor's sweeper operaiors wi(1 have at least one route evaluated per month. An average monEhly rating will be generated for each month using the individaaE ratings from each operator. The average monthly rating will be used for the purpose of any imposed payment reduction, if necessary. A payment reduction will occar upon . receiving more than one average monthIy rating below 95 in the Contract year. No reduction will be made for the first average montIily rating below 95 received in any Contract year. 3. If, in the judgment of the City, the Contractor is deemed to be non-compliant with the terms and obligations of the Contract, the City, may, in addition to ather remedies � providcd herein, wittihold the entire rnonthly payment, deduct pro-rata from the Confractor's Invoice for work not performed, and/or deductions. Natification of the amount to be withheld ar deducted from payments to the Cantractor will be forwarded to the Contractor by the City in a written notice describing the reasons for said action. The Inspection Rating System report shaIl constitute reason for any deductions so imposed. VI. INSPECTIONS.N�ETINGS AND DOCUMENTATION 1. The City reserves the right to perform inspeations, including inspection of Contractar's ec�uipment, at any time for the purpose of verifying the Contractor's performance of Contract require�nents and identifying deficiencies. 2. The Contractor or his/her suthorized representative shall meet wi#h the City or lus/her representative on each site at d�e discretion and convenience of the City, for walk- tltrough inspections. All routine maintenance functions shall be completed prior io this meeting. 3. At the request of the City, the Contractor, or his�er appropriate representative, shall attend meetings and/or training sessions, as determined by the City, for purposes of orientation, information sharing, Contract revision, description of the City policies, procedures,standards,and the like. 4. The Cantractor shalt provide to the City such written documentation and/or regular �' reports as the City deems necessary to verify and review Contractor's performance under CItY v1`Cicnge Scope cf Wak StreerSweeping ihis Contract and to provide to the City pertinent information relative to the m�intenance, �''�� operation,and safety of t�e sites. . '�'' ViY. SPECIAL SWEEPING 1. The City may request emergency and non-emergency Special Sweeps to be perfortned by the Contractar, or to other forces, at the discretion of the City. Special Sweeps shall be performed by the Contractor at the Bid Item price. 2. The Contractor shalt respond within one hour to the location for urgent/emergency sweeps. The Contractor shall proceed diligently to comptete Special Sweeps within the � time allotted. � VIII. CUSTOMER SERVICE 1, The Contractor shal! maintain a customer service program. Said progrnm shall be operational, at a minimum, from 7:00 A,M. to 4:00 P.M., Monday tluough Friday, exc[usive of holidays ("Office Hours"). A responsible and qualified bilingual (English and Spanish sgeaking) representative of the Contractor shall be available during Office Hours for personal communication with the public. The Contractor's telephone system shall be adequate to handle the volume of catls typically experienced on the busiest days. If City receives more than fsve {5) camplaints in thirty (30) days that Customers are unable to contact ihe Contractor by phone, City may require Contractor to increase �,,.�_,.� capacity. Contractor shall have a representative, a message machine, or an answering �h^4.� service available outside of Office Hours.Calls received outside of Office Hours shall be responded to on the next business day. Contractor shall prdvide City with a twenty-four (24}ho�r emergency number to a live person,not voice-mail. 2. Service compiaints received by the City shall be directed to tlie Cantractor. The Contractor shall keep daily lo�s of complaints forwarded to it for a minimum of three (3) years. In addition t€� forwarded complaints, The Contractor shall log all other complaints received and said log shall include the date and time the complaint was received, tlte name, address and telephone number of the caller/complainant, a description af the complaint, the name of the employee reeording the complaint, and the action taken by the Contractar to respond to and remedy the complaint. 3. All written Customer complaints and inguiries shal! be date-stamped when received. All complaints shall be initially responded #o within one {1) busincss day of receipt. Contractor shali resolve complaints within twa (2) business days. Contractar shall Iog acEion taken by Contractor to respond to and remedy the complaint. 4. All Customer service records and logs kept by the Contractor shall be available to the City upon request. The City shall, at any time during regular Office Hours, have access to the Contractor's Customer service department for purposes that may include monitoring the quality of Cusiomer service or researching Customer complaints. 5. Disputes between the Contractor and Customers regarding the services provided in accordance with this Agreement may be resolved by the City. The City's decision shall �- -�( be final and bindin�. � City ojOronge SCope of Work SaeetSweep+ng 6. Intervention by the City is not a condition precedent to any rights or remedies third � � paities might otherwise have in any dispute with the Contractor. Nothing in this section � is intended to affect the re�nedies of third parties againsl the Contractor. IX. COMMUNICATION AND EMERGENCY RESPONS� 7. The Contractor shaEl, during the term of this Contract, maintain a twenty-four{24) howr cmergency telephone number,toll free to a 7I4 area code. This number is for!he City to cantact the Contractor. For hours beyond a normal 7 AM to 5 PM basiness day, an answering service shall be considered an acceptable substitute. Answering machines are not acceptable. 8. All requests #'or emergency services shall require equipment and operator to be dispatched to the rcquired location as saon as possible after notif cation; but in all cascs within one (1) hour, to the satisfaction of the City. If any einergency service request is not responded to in one (1) hou��,the City shall be notified immediately of the reason for nat meeting thc required responsc time followed by a written report to the City within two(2)working days. 9. Whenever immediate action is required to prevent possible injury, death, or praperty damage (including Sanitary Sewer Overflaws}, City may, after reasonable attempt to natify the Conlractor, cause such action to be taken by alternate work forces and, as determined by the City, charge the cost thereof to the Contractor, or ded�ct such cost from any amount due to the Contractor. This deduction shall incIude a markup for administrative costs ec�ual ta fifteen(1 S)percent of the achtal costs incurred. �� 10. Contractor's supervisor shall carry mobile telephones with a 714 area code. Supervisor shall respond to any call from the Ciry within thirty(30}minutes at any time. X. SAFETY 1. The Contractor a�rees to perform alt work outlined in this Contract in such a manncr as to meet all accepted standards for safe practices during tlie performance of his/her duties and to safely maintain stored equipment, machines, and materials or other hazards coi�sequential or related to the work; and agrees additianally to accept the solc responsibilily for complying with aII Cily, County, State or Federal requirements at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of tl�e p�blic or others from foreseeabie injury, or damage to their propecty. Contractor shall make weekly inspcctions for any potential hazards at said sites and keep a log indicaiing date inspected and action taken. 2. The Contractor shall notify the City immcdiately of any occurrence of accident, injury, or persons requiring emergency services and, if so rec�uested, shall prepare a �vritten re�ort thereof to the City within three (3) calendar days following the occurrence, unless a Iesser time period is required by law. Contractor sUall cooperate fuIly with the City in Ehe investigation of any such occurrence. XY. SWE�PING SERVICES ' 1. The acceptable daily hours of sweeping services shall be in accordance with Appendix A �_. _... Gtyd�Oranpe Scope of Work StreetSwerptnq ar as designated by the existing street sweeping signs throughout the Ciry,which shall be ��°� cansidered normal work hours as may pertain to any other provision of the Contract. �,_.,�.� 2. The Contractor shall be sweeping the route within 30 minutes of the time posted on the sireet sweeping"no parking"signs or time designated in Appendix A. 3. The Contractor shall provide staffing to perform the required sweeping services during the prescribed hours as specified in these contract documents. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the City. Xll. SW�EPING SCHEDULTS 1. Tlle Contractor shall, within thirly (30) days after the award of bid of this Contract, submit current work schedules to the Cily for review and approval. Said work schedules shall identify rec�uired operations and delineate the time frames for performance. A routine Operations Schedule shall include all tasks required at the intervals rcquired. 2. The Contractor shall submit revised schcdules when actual performance differs substantially from planned performance, and from time io time as requested by the Ciiy. Said revisions sha11 be submitted to the City for review and approval, within five (5) working days prior to die original or revised scheduled time for the work, whichever is earlier. XIII. TRA�NING_ ��� ��,,� 1. The Contractor shall provide sufficient persannel to perform aII work in accordance with the specificf+tian set forth herein. 2. In cooperation with the Orange Yolice Department, the Contractor agrees to, �nd to pay for, background checks if required by the City an all personnel providing sweeping services or this contract. In the event such baekground check reveais an item, which Orange Police deems a security problem, City may request that such individual be removed from the list of personncl auihorized to provide services to the City. 3. The Contractor's personnel shaIl possess ihe minimum qualifications for tlie�position in which eacl�is working. 4. The Contractor s}�all have a local representative with authority to contractualIy bind the Coatractor in matters, which may arise during this agrcement performance period. Local in t�te context of tliis agreemcnt is defined as the southem California metropolitan area consisting of San Diego, Oranse, Los Angetes or Riverside counties. Tlie Contractor shali provide, prior to commenccment of work under this Agreement, in writing to the City, a statement indicating by name ihc specific authority vested in the local representative. The Contractor's Iocal representativc shall be responsible for inshveting and training of the Contractor's personnel in the proper and specified work method and pracedures; directin�, sclieduling, and coordinating ull sweeping services and functions to cflmpletely accomplish the work as required by this Agreement. The local representative shall be available for consultation regarding problems on a daily basis at somc t�rue during regular working hours (7:00 a.m. to 4:00 p.m., Monday through City of Orange Scope of Work Street Sweeping Friday). � �' 5. Each crew of the Contractar's employees shall include at least oae individual who speaks the English language proficiently. For the purposcs ofthis�section, a crew is understood to be any individual worker or group of workers who might service any site without other Contractor's supervisory personnel paesent. 6. The City may at any time give the Contractor written notice to the effect that the conduct or action of a designated emp[oyee of the Contractor is, in the reasonable belief of the City, detrimental to the interest of the public patronizin� the premises. The Contractor shall meet with representatives of the City to consider d�e appropriate course of action with respect to such matter and the Cantractor shall take reasonable measures under the circumstances to assure the City that the conduct and activities of the Contracfor's emplayees wilI not be detrimental to the interest of the public patronizing tlte premises. 7. The City may at any time order any of the Contractor's personnel removed f'ram the premises when, in the reasonable belief of the City, said Contractor's personnel is objectionable. unruly, unsafe, or otherwise detrimental to the interest of the City or the public patronizing the premises 8. The Contractor shall reqaire each of hislher personnel ta adhere to basic pubIic works standards of working attire including uni#'orm shirts and/or vests clearly marked with the Contractor's company name and employee name badges as approved by the City. Sufficient changes shall be provided to present a neat and clean appearance of the Contractor's personnel at all times. Shirts shall be worn and buttaned at all times. The �_ Contractar's personnel shall be equipped with proper shoes and other gear required by Siate Safety Regulations. Brightly colored traffic vests or reflectors, meeting Caltrans' standards,shall be worn when personnel are working near vehicular traffic. X1V. NOISE 1. The Contractor shall not interfcre with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruptian to the peace and quiet of the area within which the services are performed. �. In the event that the Contractor's operations must be performed when persons of tiie public are present, Contractor shall courteously inform said persons of any operations tt�at might affec#them and, if appropriate,request persons to move out of tl�e work area. 3. Contractor sliall be subject to locai ordinances regarding noise levels with regard to equipment operations. Contractor shall not use any power equipment except as . specifically detailed in local ordinances. Tl�e Contractor is hereby notified that specific l�ours of service aze required. Further, any sehedule of such operations may be modified by the City in order to insure that the public is not unduly irnpacted by the noise created by such equipment. The Contractor is responsible to know and follow alI noise related requirements listed in the Orange Municipal Code {the code caa be found on thc City's WCj?5[tC�. XV. E UIPMENT �'--� 1. Thc quality and c�uantity of the equipment used by the Contraetor far ihe sweeping of Gty of Orartge StoPe ojWork SueetSweepFi+g streets shall be sufficicnt to perform the wark required herein.�A minimurn of five (S) �-�`� primary sweepers and two (2) back-up sweepers shall be provided. Three (3) primary � sweepers shall be broom type and two (2) primary sweepers shail he vacuum type or regcnerative uir vacuum type. One (1) back np sweeper shall be bmom type and one.(1) backup sweeper shall be vacuum type or regenerative air vacuum type.The City reserves the right to adjust the type of sweepers,with regard to mechanical or vacuum operations, based upon actual performance and cleanliness of the streets beins swept. Any allowable change in tiie eqnipment type shal! bc accompanied by a change in cost, subject to � negotiation and finnl approval by the City. 2. The primary sweepers shall be]ess than one(1) year old at the start of the Contract.The backnp sweepers shall be less Q�an two (2} years old at the start of the Cantract. The allowable age of the equipment for subsequent Contract ycars can be incrcased by one. For examplc, in year two of the caiiract the primary sweep�er shall Ue less than two {2) years old and the backup sweepers shall be less than three (3) years old; and so on for subsequent years. At no time sha14 any primary sweeper exceed 9 years old or any backup sweeper exceed 10 years old. All sweepers srall meet regulatory standards applicable in #he year of operation. All sweepers sha[t be subject to a vtsual inspection by the City at any time during ti�e Agreement timeframe or subsequent Agreement extensions. Upon completion of such inspcction, the City may direct the Contractor to refUrbish #he exterior of thc swecper to include metal fabrication and painting. The intent is to ensure sweepers used by the Contractor are not rusty, degraded, or visually unpleasant. Sweepers not passing the visual inspection by the City sball be replaced with acceptable swcepers at no cost io tl�e City. The need to repair or replace a swceper is at the sole discretioa of the Ciiy. - �. ,� The specific equipmettt to be used shall be specified in the Contractor's proposal (e.g., 'u-� braom type. vacuum-type, regenerative air vacuum lype). The Contractor s1�a11 provide onc month priar to any subsequent Contract extension year the Make, Model, and Year of sweeper equipment to bc used in the City.The Contractor shall submit Department of Motor Vehicle registration copics to thc City in liis/her bid and at the annual intcrv�ls identified in this section. Manufacturer's Equipment Specifications are to be included within t�e praposal. All equipment, including support equipment, to be used by Contractor shall be listed as a part of the dctailcd invcntory lo support the Contractor's qualifications. Manufacturer's Equipment Specifications shall bc mailed or faxed to City whenever new eqttipment is added to the Contractor's inventory. 3. All equipment shall i�equipped in accordance with State law. The flashin�beacon lighl shall be visible for a minimam of one mite, ilash 60-90 times per minute, amounted for 360 degree visibility, and equipped with an amber lens. An arrow board,approved by the City, shall be mounted on lhe back af ali cquipment. All sweeping cquipment provided by the Contractor is required to comply�vitii PM 10,rule 1186,and rule 1186.1 air quality requirements; specificaIly, swcepers must be powered by alternative-fuels (e.g. CNG,propane,LNG). 4. Each sweeper is required to be equipped with a portable blower. Tue Contraclor shall ulilize tlie portable blower to move debris to a location where it can be removed by the sweeper unit any time obstructions, temporary or permanent, limit die sweeper unit's 4�__ City af orange Scope of Wak Sireet Sweeping � access to areas included in sweeping services. Blawers sha]! not be used directIy� �. ,� ' ad,jacent to parked vehicles. . 5. .Atty sEreet sweeping vehicle fluid leaks wil[ be cleaned immediately using all appropriate dry cleaning methods and properly disposed. Each sweeper provided by the Contractor shall.carry a spill kit and the operator shali be properly trained on how to ctean spills. Costs incurred by the City ta respond to,clean up,and/or contain fluid spills from any Contractor's vchicle shall be paid by the Contractor. 6. A[1 sweepers.shall have in Iarge markin�s the name of the Contractor, and the phrase "Under Contsact with the City of Oran�e" eit[ier painted or perrnanently affixed to both sides of the swcepers. 7. Eaoh s�veeper shall be equipped with an automatic vehic[e location device (e.g. GPS). The vel�icle location and managemcnt system sl�al)be�pproved by the City. 1) All street sweepers sha(1 be adequately equipped with a water system for dust con#rol atzd shall comply with AQMD fugitivc dust regulations(i.e. Rule 403). S. All street sweepers shail have two-way radio communication with the City during sweeping operations. The City maintains an 800 MHz radio system, operated by the County of Orange. The Contractor may elect to operate on the City's 80U MHz frequency or may elect to provide a separate means of two-way communication with the City. Any proposed two•way communication shall be operational throughout the entire City limits and approved by the City. �y. ' XVI. E4UIPMENT LOCATION AND REPAIR 1. The City requires that all equipmeat (both primary and backup sweepers) to be used for performing services under this agrecment be kept within 20 miles of the City limits. 2. The Contractor shall maintain a facility i'or repair and caze of sweepers used in the City. Brushes and broon�s shall be inaintained in proper condition and shall be replaced as recommended by the manufacturer, or when pick-up ability becomes impaired. Contractor is responsible for all costs associated with the installation, operation and maintenance of all devices/equipment utilized as part of the street sweeping services. 3. The Contractor sliall demonstrate that adequate support equipment shall be available, including debris transfer vehictes,pickup trucks, service trueks,tire trucks,and any other item of equiptnent necessary to provide sweeping services as described within this agreement. AIl equipment, including support equipment, to be used by Contractor shall be listed as a part of the detailed invcntory to snpport the Contractor's qualifications. 4. The Contractor's cyuipment and equipment service records, including warranty repair, sliall be subject to periodie inspection by City. All work, to include warranty and non- warrar►ty work,shall be dacumented for City revicw. 5. Scheduled or unscheduled equipment maintenance and/or repairs sliall be noticed to City immediately,wi#h anticipated date and time of equipment return. G. 'The City shall have the option of performing a complete inspectiun of afl vehicles at any �L time throughout the term of thc Contract. If any vehicle is inspected and it is determined rcy ofvrm+ae Scope of Work " SueetSweepfng to .not mcet standards the City deems necessary to fulfil[ the Contract or to operate � safely, the City may require such vehicle{s) be brougl�t to standard before.being placed back in service.Any vehiculaz accidents involving sweepers assigned to the City must be reported in writing within 24 hours of said accident to fhe City. . XVII. GY5 EOUIPMENT AND SOFTWAR� I. The Contractor shall provide automatic vehicle Iocation device (e.g. GPS) on primary and backup swee�r unite.This device shall be placed on all sweeping equipment at the Contractor's cost. 2, The Coatractor shall provide �ssociated softwaze programs, which will report all slreet sweeping acdvity. The associated soflware shall be provided at no cost to the City including mont�ily monitoring charges. The contr�ctor shall provide soflware and licensing for two work stations (at the City's Corporation Yard) and al! associated IT services �equired ta install, maintain, and update ihis software for the duration of the Contract. Software shall be capable of being aperated o�i computers utilizing Microsoft Windows XP. 3. Software shall be capable of demanstrating real-time location,speed and path of travel of equipment equipped with GPS systems. Software shalI be capable of recording and printin�daily activity togs indicating actual miles traveled, gtround speed of equipmcnt, the iocation of equipment at any given time,and any othcr information that is suitable for documenting actual work performeci by the Contractor under t.his agreement. Data coliected may be used by the City for the Inspection Rating System. 4. Tl�e Contractor shall have a backup system to the GPS in the event of a system failure. �x.....� The backup system shall be indicated in tbe Contractor's proposal and is subject tv City approval. The Contractor shall provide adequate training on an annual basis for City staff in the operation and use of this system. 5. The Contracior shall respond to a GPS data request by the CiEy in one working day. 6. Should any lacation device fail, or need repair, the Contractor shall immediateIy report that the systeni is inoperative to the City. If the Cantractor's software or monitoring website fails, the City sliall immediptely notify thc Contractar. 'fhe Contractar shalE repair any non-operation porEion of the system within two (Z) business days or thc sum of one hundred (l00) dollars per calendar day will be deductcd frorn payments due the Contractor for each twenty-four(24) hour period, or portions ihercof, #hat the system is unavaila6le to the City. �