Loading...
Item 1.4 - Award of Contract-Storm Water & Wastewater Spoils Removal, Transport & Disposal Service; RFP 15-001G`� { OF 0 l�i�1 City of Poway COUNCIL AGENDA REPORT APPROVED ■ APPROVED AS AMENDED O (SEE MINUTES) DENIED O REMOVED O CONTINUED RESOLUTION NO. DATE: September 2, 2014 TO: Honorable Mayor and Members of the City Council FROM: Daniel Singer, City Manager �. INITIATED BY: Leah Browder, Director of Public Works Tom Howard, Public Works Utilities Ma lager y`( SUBJECT: Award of -Contract for Storm Water and Wastewater Spoils Removal, Transport, and Disposal Service, RFP 15 -001 Summary: A notice inviting proposals for Storm Water and Wastewater Spoils Removal, Transport, and Disposal Service was duly advertised on July 10 and 17, 2014. Two proposals were received and opened on July 30, 2014. United Storm Water, Inc. was selected as the vendor best meeting the evaluation criteria. The first term of the Contract is one (1) year and ten (10) months beginning September 3, 2014 through June 30, 2016. The Contract may be extended through a total of three separate one -year extensions. The maximum length of the Contract would be up to five (5) years. Recommended Action: It is recommended that the City Council award the Contract for Storm Water and Wastewater Spoils Removal, Transport, and Disposal Service, RFP 15 -001, to United Storm Water, Inc., and authorize the City Manager to execute the necessary documents. Background: This Contract is to perform storm water and wastewater spoils testing, removal, transport, and disposal service. It is estimated that four times per year (or quarterly) the City will request the Contractor to haul and properly dispose of approximately 26 tons (20 cubic yards) of spoils, for a total of approximately 104 tons (80 cubic yards) per year of the Contract. The City will load the spoils on -site (from City's Materials Handling Yard in Poway) into the selected Contractor's conveyance vehicle(s). The spoils must be laboratory tested and disposed of at a properly permitted disposal facility based on laboratory results. Findings: Two proposals were received and opened on July 30, 2014. Staff determined that United Storm Water, Inc. best meets the City's requirements. Evaluation criteria for the proposals included experience and ability to perform, including, but not limited to, experience and history of the firm, as well as upon the amount proposed. 1 of 6 September 2, 2014 Item # I.7 Award of Contract for Storm Water and Wastewater Spoils Removal, Transport, and Disposal Service, RFP 15 -001 September 2, 2014 Page 2 The length of the initial Contract is one (1) year and ten (10) months beginning September 3, 2014 through June 30, 2016. The Contract may be extended subject to Council appropriation of funds through a total of three separate one -year extensions. The maximum length of the Contract would be up to five (5) years. Fiscal Impact: A total of $43,500 is budgeted in the following division budgets for Fiscal Year 2014/2015; 402, 403, 404 and 405 -2900 and 411 and 412 -2910. These funds should be sufficient to cover expected costs. Environmental Review: This action is not subject to CEQA review. Public Notification: A copy of this report has been sent to United Storm Water, Inc. Attachment: A. Contract and Proposal Tables. (The entire Contract and RFP are on file with the Office of the City Clerk.) 2 of 6 September 2, 2014 Item # i• y CONTRACT STORM WATER AND WASTEWATER SPOILS REMOVAL, TRANSPORT, AND DISPOSAL SERVICE THIS CONTRACT, made and concluded, this 3rd day of September, 2014, between the City of Poway (hereinafter collectively referred to as "City "), and United Storm Water, Inc. hereinafter referred to as "Contractor." The initial term of the contract is from September 3, 2014 to June 30, 2016. The Contract may be extended with a total of three (3) separate one -year time extensions. Each extension will be dependent on the appropriation of funds by the City Council. Adjustments to service costs are based on Section ll, item 29, Contract Renewal. ARTICLE I. That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the bonds attached hereto, if any, Contractor agrees with City at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the Specifications (attached hereto, at Section 3) necessary to construct and complete in good, workmanlike and substantial manner, all to the satisfaction of the City of Poway, in accordance with the Special Provisions for this project as set forth herein. ARTICLE II. Said Contractor agrees to receive and accept as full compensation for furnishing all materials and doing all the work contemplated and embraced in the Contract an amount equal to the sum of the totals for the items of work. The total for each item of work shall be calculated by determining the actual quantity of each item of work and multiplying that actual quantity by the unit price proposal by the Contractor for that item of work. Contractor further agrees to be responsible and hold City harmless from all loss or damage arising out of the nature of work aforesaid, or from the acts of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by City. Contractor agrees to be responsible and hold City harmless from all risks of every description and under the control of Contractor pursuant to the terms of the Contract, and connected with Contractor's performance of this Contract. The Contractor is responsible for all expenses incurred by or in consequence of the suspension or discontinuance of work, and /or faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Specifications and requirements of the City. ARTICLE Ill. The City hereby agrees and promises the Contractor to employ, and does hereby employ, said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices stated, and hereby Contracts to pay the same at the time, in the manner, and upon the conditions above set forth. Said parties for themselves, to their heirs, executors, administrators, successors and assigns, do hereby agree to full performance of the Covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of proposal conflicting herewith. ARTICLE V. Contractor shall defend and otherwise hold City harmless from any and all claims, complaints, causes of action, of any nature whatsoever, arising from Contractors performance of the Contract. In performance of this Provision, Contractor shall name City as additional insured on a policy of general liability as required per Section II, item 20. The Covenant 3 of 6 ATTACHMENT A September 2, 2014 Item # 1.7 contained herein applies to all sums paid as a result of the above claims, including court costs and reasonable attorney fees whether or not the matter results in judgment. ARTICLE VI. Pursuant to Public Contract Code Section 22300, provisions for substitution of securities for performance retentions will be allowed. ARTICLE VII. EACH AND EVERY COVENANT, CONDITION AND PROMISE contained in the Specifications, General Provisions and Special Provisions for said project are herein incorporated by reference as if fully set forth herein and constitute a material part of the consideration to the City in entering into this Contract with Contractor. (All Items in the Contract will be the same as in the Proposal.) IN WITNESS WHEREOF, the parties to those present have hereunto set their names in the year and date first above written. Contractor: Signature Title: Signature Title: City Manager of the City of Poway: ATTEST: City Clerk: APPROVED AS TO CONTENT: Director of Public Works: APPROVED AS TO FORM: City Attorney: 4 of 6 September 2, 2014 Item # I•q __ PROPOSAL TABLE/ACKNOWLEDGEMENT PROPOSAL: COST PER TON The Contractor's cost proposal shall include the total charge per ton for the removal, transport, and disposal of hazardous material, and the total chars a per ton for the removal, transport, and disposal of non - hazardous material. THE COST PER TON FOR ALL PROPOSAL AMOUNTS INCLUDES THE FOLLOWING: • The Contractor's expense for laboratory analysis of the spoils, as required by law; • All other costs for the legal removal, transport, and disposal of the spoils per all federal, state, and local requirements and regulations; and • The Contractor's expense for any and all transportation, standby rate for trucks, administration, demurrage, and per diem costs for the removal, transport, and disposal of the spoils. For your information, previous laboratory analyses have shown the spoils to be non- hazardous material. 1) PROPOSAL: HAZARDOUS SPOILS REMOVAL, TRANSPORT, AND DISPOSAL RATE PER TON $ 14 PER TON C) -et t 4 utn cQ R,- h re t +" .e— IL 6 CENTS 2) PROPOSAL: NON - HAZARDOUS SPOILS REMOVAL, TRANSPORT, AND DISPOSAL RATE PER TON 0$ 12-0 {`9-A ll ll PER TON DOLLARS CENTS 3) PROPOSAL: DISPOSAL FUEL SURCHARGE(applied to rates 1 and 2 above) $ $0.00 FUEL SURCHAGE PER TON, applied over $ $o.ao per gallon rate ZERO ZERO 17 " (NON -RCRA Hazardous Waste Only, Excludes RCRA Hazardous Waste) # $,*ck ea+c-0 *,s 1jalecQ µfm► -(w,Q +LtACk 10-J'S CENTS 5 of 6 September 2, 2014 Item # 1• ACKNOWLEDGEMENT: PP, F, 51 -D Title Proposing Contractor's Signatu Date Notice of acceptance or requests for additional information will be addressed to proposing Contractor at the email address stated below: Business Name /Proposing Contractor Please Print: Authorized Agent or Officer: Eduardo Perry Jr. Title: President Address: 14000 E. Valley Blvd., City of Industry, CA. 91746 United Storm Water; -Inc. - Service Address: 14000 E. Valley Blvd., City of Industry, CA. 91746 Telephone No. 877- 717 -8676 Fax No Email billy @unitedstormwater.com 626- 961 -3166 Hazardous Waste Transporter License — CA Expiration Date: 8/31/2014 Dept. of Toxic Substances Control Hazardous Waste Transporter License - Expiration Date: 6/30/2015 California Highway Patrol City of Poway Business Certificate: Expiration Date: 9/2/2015 Remainder of Page Left Blank Intentionally] 18 'I 6 of 6 September 2, 2014 Item # I-