Loading...
CC - Item 7A - Street Sweeping Contract Extension 1---E/E M E z- ® 9 ° ROSEMEAD CITY COUNCIL ,J\ STAFF REPORT \ 'J TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGERI}, DATE: FEBRUARY 27, 2018 SUBJECT: STREET SWEEPING CONTRACT EXTENSION SUMMARY On May 12, 2015, the City Council approved a three year agreement with Athens Services for Citywide street sweeping services. This agreement is set to expire on June 30, 2018. In accordance with this agreement, the City and Athens Services may mutually agree to extend the term of this agreement for up to two additional years. Athens Services has requested a two year extension under the current terms and conditions, with an adjustment of 2.97% for the Consumer Price Index (CPI). If approved, the new annual contract amount would be $225,000 with an expiration date of June 30, 2020. DISCUSSION The current contract for City street sweeping services with Athens Services expires on June 30, 2018. Athens Services has provided the City's street sweeping services since 2010 to the satisfaction of staff and the community. Street sweeping contributes to the City's overall appearance and water quality efforts as it removes potentially harmful trash, metals, and bacteria from the streets and storm drains. The scope of work in the existing agreement for street sweeping services comprises of sweeping all streets including arterial, collector, industrial, residential and commercial, cul-de-sacs, and median curbs within the City once a week, at a minimum, and twice weekly in specified commercial districts. Further, key services are briefly described below and are regularly monitored by City staff. • Provide sweeping logs that include miles and areas swept and the amount of materials that are collected. • Utilize street sweeping equipment in compliance with Air Quality Management District(AQMD) Rule 1186.1, which is the standard for alternative fuel vehicles. • Coordinate with Public Safety Division Parking Control Officers on daily routes. • Provide the City with additional street sweeping in conjunction with up to four (4) special events each year. ITEM NUMBER: /n City Council Meeting February 27,2018 Page 2 of 3 As stated, Athens Services has provided street sweeping service for the City of Rosemead since July 1, 2010. Athens Services, throughout the term of this agreement, has exceeded the expectations of staff. The contractor sweeps all streets according to the City's schedules, is timely,provides excellent customer service, and handles any issues that come up effectively and quickly. Additionally, the contractor has often made adjustments and accommodations to its scheduling to meet the various needs of the City and community. The contractor coordinates effectively with staff from the Public Works Department and the Public Safety Division. Additionally, the contractor has gone above and beyond in their response to emergency situations (windstorms. accidents, etc.) and their participation in City events, including as a sponsor of the City's annual Public Works Day event. Athens Services current agreement is set to expire on June 30, 2018. As a result, Athens Services has requested an extension to their agreement for two additional years, as permissible in their agreement with the City's approval. In addition, Athens Services has requested a CPI adjustment of 2.97% to their current rate. The current agreement allows for an annual maximum payment of $218,400. If approved, then the new maximum annual contract amount would be $225,000, which has been rounded for budget purposes, and would be extended until June 30, 2020. STAFF RECOMMENDATION It is recommended that the City Council authorized a two-year extension (July 1, 2018—June 30, 2020) with Athens Services in an annual amount not to exceed $225.000, which includes a onetime 2.97% CPI increase. FISCAL IMPACT Funding for street sweeping services is provided through Gas Tax funds. STRATEGIC PLAN IMPACT—None PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: L L. uLC. Michelle G. Ramirez, D Dir of Public Works Attachment A: Letter of Extension—Athens Services Attachment B: Street Sweeping Services Agreement (Athens Services) City Council Meeting February 27,2018 Page 3 of 3 Attachment C: City Council Staff Report—May 12, 2015 Attachment D: City Council Minutes—May 12. 2015 Attachment E: Service Schedule and Map A& E AI F 9 O i s 4,00,0RATEO X059 Attachment A Letter of Extension — Athens Services wirattimmimmaraiiiiiimiliiii4Athens Services Waste Collection - Recycling -Transfer-Disposal • Street Sweeping February 12,201 8 Pat Piatt City of Rosemead 8836 Valley Blvd. Rosemead, CA 91770 Dear Mr. Piatt: Athens Services respectfully requests that our current agreement with the City to provide street sweeping services be extended under the current terms and conditions, with an adjustment for CPI of 2.97%,through June 30,2020,as provided for in the agreement. Athens greatly enjoys our partnership with the City of Rosemead and we look forward to continuing this relationship well into the future. Please sign below to acknowledge acceptance of our proposal. Thank you. Respectfully, o "Pommy Ouzoonian Franchise Division Major Accounts s E M All 4 -7 A ;C. CIV.O PRIDE Ye NC�POF4iE0 Attachment B Street Sweeping Services Agreement — (Athens Services) r.ry clean y /E M\ • r a ' t j C5.001.8 { STREET SWEEPING SERVICES AGREEMENT (ATHENS SERVICES) ' • 1. PARTIES AND DATE. This Agreement is made and entered into this 2i-it-Idly of e ,20 (t) (Effective Date)by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E.Valley Blvd., Rosemead, California 91770 ("City") and Athens Services with its principal place of business at 14048 E.Valley Boulevard, City of Industry, CA 91746 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as • "Parties." 2. RECITALS. • 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing street sweeping services to public clients, is licensed in the State of California and is familiar with the plans of City. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Contractor promises and agrees to furnish to the City all labor, materials,tools,equipment,services,and incidental and customary work necessary to fully and adequately supply the professional street sweeping services necessary herein referred to as"Services". The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference, All Services shall be subject to, and performed in accordance with, this Agreement,the exhibits attached hereto and incorporated herein by reference, and all applicable local,state and federal laws, rules and regulations. ATHENS SERVICES Page 2 of 10 3.1.2 Term: The term of this Agreement shall be from the July 1, 2015 to June 30, 2018 unless earlier terminated as provided herein. The City shall maintain the option, at its discretion, to extend the contract for two (2) additional one-year periods. Contractor shall complete the Services within the term of this Agreement,and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this agreement is necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2,1 Control and Payment of Subordinates; Independent Contractor: The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously, within the term of this Agreement. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule,City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3,2.3 Conformance to Applicable Requirements: All work prepared by Contractor shall be subject to the approval of City. • 3.2.4 Substitution of Key Personnel: Contractor has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable,Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Contractor cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for'cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Contractor at the request of the City. 3.2.5 City's Representative: The City hereby designates the Director of Public Works, or his or her designee, to act as its representative for the performance of this ATHENS SERVICES Page 3 of 10 Agreement("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Contractor's Representative: Contractor will designate a designee to act as its representative for the performance of this Agreement("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 32.7 Coordination of Services: Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, Contractors and other staff at all reasonable times. 32.8 Standard of Care; Performance of Employees: Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License,and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform,at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors,officers, employees and agents free and harmless,pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. • ATHENS SERVICES Page 4 of 10 3.2.11 Safety: Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services,the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors,such as safe walkways,scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and(C)adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Two Hundred Eighteen Thousand Four Hundred Dollars($218;400)annually,billed at a maximum of Eighteen Thousand Two Hundred Dollars ($18200) per month. Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3,2 Payment and Compensation: Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Exponses: Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein,"Extra Work"means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., (Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable"public works"or"maintenance"project,as defined by the Prevailing Wage Laws, and if the total compensation is$1,000 or more,Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of • ATHENS SERVICES Page 5 0110 per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft; classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City,its elected officials,officers,employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and•activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Reservation of Rights by City. City reserves the right to terminate this Agreement in the event of any material breach of this Agreement, including, but not limited to any of the following: If Contractor practices, or attempts to practice, any fraud or deceit upon the City, or practiced any fraud or deceit or made any intentional misrepresentations in the negotiations which preceded the execution of this Agreement provided that City has provided Contractor with written notice of the alleged fraud or deceit and afforded Contractor a reasonable opportunity to refute and defend itself against such charge or claim. If Contractor is convicted of, or pleads guilty, no contest, or nolo contendere to a felony related to this agreement. As used in this Section,the term"Contractor'shall mean only the following:(a) the owner(s)of Contractor(whether shareholders, partners, or otherwise), (b)the members of Contractor's Board of Directors; and (c) Contractor's President, Chief Executive Officer, Chief Financial Officer, Chief Operations Officer, and/or Secretary. 3.5.1.1 Cumulative Rights. City's rights of termination are in addition to any other rights of City upon a failure of Contractor to perform its obligations under this Agreement. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: ATHENS SERVICES Page 6 of 10 CONTRACTOR: • Athens Services P.O. Box 60009 Industry, CA 91716 Attn: Will Wilson, General Manager Phone: (626) 336-3636 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Director of Public Works Phone: (626) 569-2150 Fax: (626) 569-2303 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents &Data; Licensing of Intellectual Property: This Agreement creates a nonexclusive and perpetual license for City to copy,use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes,which are prepared or caused to be prepared by Contractor under this Agreement("Documents& Data"). Contractor shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents&Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents& Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures,drawings, descriptions,computer program data,input record data,written information, and other Documents and Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not,without the prior written consent of City,be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known,to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia,photographs of the Project, or any publicity ATHENS SERVICES Pagel of 10 pertaining to the Services or the Project in any magazine,trade paper, newspaper,television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5,5 Attorney's Fees: if either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement,the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification:To the fullest extent permitted by law,Contractor shall defend, indemnify and hold the City, its officials, officers,employees,volunteers,and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or relating to any negligence, errors or omissions, recklessness, or willful misconduct of Contractor, its officials,officers,employees, agents, and Contractors arising out of or in connection with the performance of the Contractor's Services, including without limitation the payment of all consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials,officers,employees, agents, or volunteers. Contractor shall pay and satisfy any judgment,award or decree that may be rendered against City or its directors, officials, officers, employees, agents, or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors,officials, officers,employees, agents,and/or volunteers,for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, official's officers, employees, agents, or volunteers, 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors: City reserves right to employ other Contractors in connection with this Project. 3.5:11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. ATHENS SERVICES Page 8 of 10 3.5.12 Assignment or Transfer: Contractor shall not assign, hypothecate, or transfer,either directly or by operation of law,this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement,the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time,days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials,officers,employees,agents,and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification: No supplement, modification,or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5:15 Waiver: No waiver of any default shall constitute a waiver of any other default or breach,whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction,the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona tide employee working solely for Contractor,to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file,or shall cause its employees or subcontractors to file, a Statement of Economic Interest with the City's Filing Officer as required understate law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. ATHENS SERVICES Page 9 of 10 3.5.19 Equal Opportunity Employment: Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor,employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification: By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement: Contractor has all requisite power and authority to conduct its business and to execute,deliver,and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal powor, right, and authority to make this Agreement and bind each respective Party. 3.522 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 32 Subcontracting. 16.1 Prior Approval Required: Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein,without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next page! ATHENS SERVICES Page 10 of 10 CITY OF ROSEMEAD ATHENS SERVICES �✓ / i By: /A//�/L�.�i By:7?" kii31I3- Date Ji Allred, City Ma ager D to • Name: 4imofS y R6w4f/ Attest: q Title: e, o•�. Gloria a leda, City Clerk Da e pf Corporation. TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED! Approved as to Form: PP By: elf_ z2g. -�S Date 2g1 .. Name: g//��77-[��� &ARAI-0-6q' Rachel H. Richman Date / City Attorney /� / Title: (T1 P ATHENS SERVICES EXHI BIT A SCOPE OF SERVICES & COMPENSATION SEE REQUEST FOR PROPOSAL(RFP)AND CONTRACTOR'S PROPOSAL • I II A-1 ii Athens Services run.CS..,.e•n,craws,we.a.r oaeonneini sweeping April 20,2015 Sean Sullivan City of Rosemead 8838 Valley Blvd. Rosemead, CA 91770 • Dear Sean: • Athens Services has greatly enjoyed providing street sweeping services to City of Rosemead since 2010 and would like to extend our agreement with City. To that end, we offer the following benefits to the City: V Best value - Highly competitive rates! We would request a rate adjustment to $23.50 per curb mile due to increased operating costs. Based on the average number of miles we sweep, you would be billed $18,200.00 per month, not exceed $218,400.00 annually. This is an extremely good value based on the most recent REP results by other cities in Southern California: City Data Athens Nationwide Cleanstreet Dickson Sunset Webco West Hollywood May-14 $ 44.50 $ 32.87 - Placentia Sep-14 $ 23.65 • $ 28.53 $33.40 $29.13 $ 51.12 Garden Grove Nov-14 $ 34.00 $ 33.90 $30.96 San Femandc Jan-15 $ . 28.25 $ 29.82 $41.56 Pomona Mar-15 $ 26.25 $ 32.00 it Free Compost Giveaway — We commit to a compost giveaway every year of the contract which is worth thousands of dollars to your residents! ✓ Environmentally responsible — We use clean, alternative fuel necks and never use chemicals to enhance results! ✓ Technological Leader—We use the newest GPS technology to provide cities with real time live tracking of our work! ✓ Safety -We have fleet maintenance and safety programs that are often used as industry examples of how a fleet should be nm! • ✓ Outstanding Customer Service — Our customer service number, (888) 336-6100, is answered LIVE from 7:00 a.m. to 5:00 p.m. on weekdays and 7:00 a.m. to Noon on Saturdays with 175-language capabilities to assure that customer's concerns are addressed immediately. • ✓ Fast response - We utilize cellular technology to produce quick communication with the field and Key Management Personnel! ✓ Highest Quality - We will make as many passes as is required to deliver high-quality results! On behalf of the dedicated Athens employees,we thank you for your consideration.• Ali Sincerely, 0 Tommy Ouzoonian Franchise Division Sales Manager P.O.Box 60009,City of Industry, 91716 (626) 336.3636 EXHIBIT A SCOPE OF WORK • Contractor shall provide all labor and equipment necessary to perform street sweeping services in the City of Rosemead in accordance with this Agreement, on the following terms and conditions. A. Definitions III 1) "Streets" shall mean all dedicated public rights-of-way within the existing or future corporate limits of the City. 2) "Debris" shall mean all litter, rubbish, leaves, sand, dirt, garbage and other foreign material removable from a paved street with a street sweeper. 3) 'Curb-mile" means a swept path not less than eight (8) feet wide for a cumulative total length of 5,280 feet. 4) "Roadbed"means entire street pavement from curb to curb. - • B. Description of Required Services and Experience 1) General. The primary objective of street sweeping is to pick up all debris to ensure the free flow of water in the gutter and to maintain • the streets in a state of cleanliness. Contractor shall remove all debris from all streets every weekly sweeping cycle. Items of excessive size, such as cardboard, palm fronds, large rocks, etc., shall be physically picked up and placed in the sweeper by the-- Contractor. he-Contractor. Sweeping shall normally consist of a single pass over an area. Additional passes shall be made as necessary when conditions warrant special attention. Debris collection may require more than one pass in order to sufficiently clean the street. This service shall be included in the unit curb-mile price at no additional cost to the City. 2) Areas to be Cleaned. All City streets including arterial, collector, industrial, residential and commercial, cul-de-sacs and median curbs shall be swept once a week, at a minimum. The entire length of all curbs (including median curbs and curb returns), uncurbed pavement edges, painted (2-way) left turn lanes and flush concrete or paved median noses shall be swept each time the associated street is swept. The entire area of each intersection shall be swept. The balance of each street shall be swept as needed. The entire roadbed of Rosemead Blvd. (within City-limits) shall be swept each • time the street is swept. In any case, no debris shall be left on the street pavement after sweeping is completed. 3) Standard of Performance, The Public Works Director, or designee, will make the final determination as to whether the work has been satisfactorily completed and may order the Contractor to re-sweep areas not swept or cleaned in a satisfactory manner. In the event the results of a sweeping are considered unsatisfactory, the Contractor shall sweep or clean the unsatisfactory area again at no cost to the City, within twenty-four (24) hours'of request without interruption to the regular street sweeping schedule. 4) Additional Services. Additional services may include emergency call-outs or other instances as requested by the Public Works Director, or designee. Such services will be requested orally or in writing at least twenty-four (24) hours in advance, whenever practical, except for emergency call-outs. No request for additional services shall necessitate the simultaneous assignment of more than four(4) sweepers unless a greater number is agreeable to the Contractor. Payment for such requests shall be based upon the hourly rate specified in Exhibit D. L.. C. Changes in Services During the term of this agreement or any extension thereof, the City may elect to increase or decrease the frequency or number of miles of street sweeping services. The said increase or decrease shall be by written change order to the Contractor. The unit price for change order sweeping shall be at the contract unit price specified in Exhibit D. D. Schedule of Performance Street Sweeping Schedule 1) Days. Routine street sweeping shall be conducted Monday through Friday unless otherwise approved by the Public Works Director. 2) Hours. Standard operating hours for sweeping under this Agreement shall be determined by the City and the Contractor. Arterial streets and commercial areas shall be swept from 2:00 A.M. to 6:00 A.M. Residential areas shall be swept from 6:00 A.M. to 2:00 P.M. Some areas may be posted with different hours than noted above. It is the Contractor's responsibility to familiarize itself with these areas and adjust the sweeping schedule accordingly. Holidays The contractor is not required to sweep streets on Sundays nor on any of the following holiday: - New Year's Day Labor Day President's Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day During the week of a holiday, the Contractor shall adjust the weekly schedule so as to return to the normal weekly schedule the following week. -Sweeping scheduled for a holiday shall be completed within seven (7) days following the holiday. Holiday sweeping schedules must be submitted to the Public Works Director thirty (30) days prior to the holiday. No modification of this holiday schedule shall be effective unless authorized in writing by the Public Works Director. E. Changes in Schedule Due to Weather Conditions The Contractor shall obtain approval from the Public Works Director for any change in schedule due to adverse weather conditions. When a change in schedule is necessary, the Contractor shall adjust the work schedule so as to return to the normal weekly schedule as soon as possible. The City reserves the right to direct schedule changes made necessary due to inclement weather. F. Disposal and Recycling of Materials The Contractor shall transport and dispose of all sweeping at a composting or recycling center in accordance with all City, County, State, and Federal requirements. Contractor shall divert or compost all street sweepings to the greatest extent possible, obtaining a minimum of eighty—five percent (85%) diversion rate from landfills. Sweepings may be deposited.at temporary dumpsites with the prior approval of the property owner and the Public Works Director. Sweeping shall be removed from such sites each day. Contractor shall be entitled to no other income, expenses or charges from the City for disposing of sweepings at any disposal site within or outside the City limits. The Public Works Director may, at any time, require the Contractor to relocate, completely remove or discontinue use of such disposal sites. The Contractor shall report on a monthly basis the amount of sweepings disposed of at a composting or recycling center and the name and address the facility. G. Street Sweeping Equipment The Contractor shall, as a minimum, keep their equipment well- maintained, neatly painted and meet other reasonable standards as may be established by the Public Works Director. Adequate back-up equipment must be available at all times to service the City. Contractor shall submit in its proposal a listing of all equipment (including back-up equipment) proposed to furnish under this Agreement (including year, make, and condition). The City may, at its sole discretion and expenses, require an annual inspection of Contractor's equipment. The Contractor shall use a sweeper fleet appropriate for servicing approximately 194 curb miles of street per week. The fleet shall include a fleet of vacuum and broom sweepers as appropriate for meeting all requirements of this Agreement and all regulatory requirements of outside agencies such as the South Coast Air Quality Management District (AQMD) and the California Air Resources Control Board. Vehicles and equipment used in accordance with sweeping activities must meet all applicable local, state, and Federal air quality laws, rules, and regulations including but not limited to the South Coast Air Quality Management District Rule 1186 relating to alterative fueled sweeping equipment. Equipment shall meet all applicable certifications for PM 10 and other pollutants as set forth by the South Coast Air Quality Management District. All vehicles must be maintained in good repair, appearance, and sanitary conditions at all times. The City reserves the right to inspect the Contractor's vehicles at any time to ascertain said condition. A City representative shall have the right to cease Contractor's operations immediately, upon inspection of any vehicle/sweeper deemed unsafe or unsatisfactory during performance of the Agreement. At the discretion of the Public Works Director, the City may require the installation of special odometers, time docks, or vehicle speed monitors to verify the quality and quantity of the work performed. . All vehicles and equipment used by the Contractor within the City limits must be clearly identified, on each side of the vehicle or equipment, with the name of the Contractor, address of the Contractor's office, and telephone number. All equipment must be equipped in accordance with State laws, including hazard lights visible from the rear that operate independently of the brake lights. Sweepers must be quipped with mobile radio communications to the Contractor's dispatch office. H. Equipment Storage The Contractor shall be responsible for all costs associates with equipment storage. No material and equipment shall be stored where it will interfere with the free and safe passage of public or construction traffic. At the end of each day's work and at all other times when sweeping operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from the roadway and open it for use by traffic. Traffic Counters The City may at various times and locations temporarily install portable traffic counting equipment of the type which is activated by vehicles coming in contact with a hose placed in the roadway. Caution shall be used by the Contractor to avoid damaging said equipment. If the Contractor, while in the performance of its contract duties, damages or causes to be damaged any of the aforementioned traffic counting equipment or appurtenances, the Contractor shall bear the entire cost for the restoration, repair, inspection, testing or replacement of said damaged equipment. J. Parking Citation Officer—Coordination The City may use a Parking Control Officer to cite vehicles for parking during street sweeping hours. The Contractor shall coordinate his sweeping activities with the Parking Control Officer. All costs for coordination are the responsibility of the Contractor, and no additional compensation will be allowed. K. Contractor/City Communication Throughout the period of this Agreement, the Contractor shall establish and maintain an office and have an authorized Supervisor as the point of contact for communications with the City. The Contractor's office shall have a twenty-four (24) hour telephone service and a responsible person in charge seven (7) days a week to receive all requests for emergency service, which are forwarded by the City. Contractor shall respond and provide emergency service within two (2) hours from the time a call is placed by the City. Requests for routine service or complaint issues shall be resolved expeditiously within the following twenty-four(24) hour period. I... Contractor's Employees Contractor's employees shall be required to wear a clean uniform bearing the Contractor's name. Employees who normally and regularly come into direct contact with the public shall also bear some means of individual identification, such as a nametag or identification card. • Employees shall not remove any portion of their uniform while working within the City. Employees driving the Contractor's vehicles shall at all times possess and carry a valid Commercial Drivers License Issued by the State of California. Any person employed by the Contractor who fails or refuses to carry out the directions of the City, appears to be incompetent, acts in a disorderly, improper or unsafe manner, or shows signs of intoxication or other impairment shall be immediately removed from the job site by the Contractor. Prior to returning a removed employee to work within the City, the Contractor shall provide in writing the reason for the individual's behavior and the means used to prevent this behavior from occurring again. Failure of the Contractor to prevent, prohibit, or resolve problems with its employees working within the City will result in sweeping operations being suspended until further notice. The City • may enter a contract with another party for street sweeping services during such a suspension, and the Contractor will be liable for all costs. M. Sweeping Practices The Contractor shall at all times use good sweeping practices as dictated by standards within the sweeping industry and will make adjustment to its equipment as necessary. The Contractor must exercise due care so as to prevent spilling, scattering, or dropping of debris during the sweeping activity and shall immediately clean up any such spillage, dropping, or scattering. Sweeping practices include, but are not limited to the following: 1) Sweeping speed shall be adjusted to street conditions with a maximum speed of six (6) miles per hour. Patterned concrete medians, intersections, and crosswalks shall be swept at a maximum speed of three (3) miles per hour. The City may require the installation of sweeping speed monitoring devices to record actual vehicle speed during sweeping. 2) Sweepers shall be operated as close to parked cars or other obstacles as safety allows. N. Routing and Sweeper Availability Street sweeping routes and schedules shall be developed by the Contractor and shall be subject to the approval of the Public Works Director. Routes and schedules shall be consistent with the Basic Street Sweeping Scheduling Map (Exhibit B). Sweeping routes and schedules shall be provided to the City rio later than fifteen (15) days prior to the initiation of sweeping operations or changes in operation. The City reserves the right to request changes in routing or hours of operation at any time. Each sweeper shall have its own operator and scheduled route. Any and all sweeper breakdowns and repairs shall be reported immediately to the Public Works Director. O. Construction-Related Problems and Storm Debris Dirt and debris carded onto streets from identifiable construction sites is not considered the responsibility of the Contractor if located within five hundred (500) feet of a construction site. However, the Contractor is required to totally clean all dirt and debris carried by traffic to areas beyond this limit. Storm clean up and sweeping must be completed as soon as possible. Night sweeping may be permitted for normal storm cleanup, if authorized by the City. P. Records and Reports The following reports shall be submitted to the City each month along with the invoice for services. 1) Monthly Log Report. The Contractor shall keep a daily log of all streets swept, including the name and location of the streots and the number of curb-miles swept, along with a description of any special services performed. The log shall be signed by the Supervisor on a daily basis. Each month, a report shall be prepared from the daily log giving a brief description of all routine special and emergency activities. 2) Emergency Calls. The Contractor shall maintain a positive recording of all emergency service calls, by telephone recording device or by a time punch-type trouble ticket. Such information shall be entered on the monthly log report. 3) Amount of Debris. The Contractor shall maintain a separate measurement and record detailing the amount of debris collected during sweeping activities. This information, required as part of the City's NPDES permit, must be submitted to the City each month in a tabulated, easy to read format. 4) Recycled Debris. The Contractor shall maintain a separate measurement and record detailing the amount of debris • deposited at a composting or recycling facility. The record shall also identify the name and address of the facility. This information shall be submitted to the City in a tabulated, easy to read format. • 5) Complaints. Complaints received by the City regarding the Contractor's performance will be transmitted to the Contractor's office in writing, by telephone, or email, and handled by the Contractor's Supervisor. All complaints are to receive a follow- up response within twenty-four (24) hours following notification of the Contractor. A report of the Contractor's investigation and the corrective action taken shall be made promptly by the Contractor to the Public Works Director. Repeat complaints may be handled by a joint visit to the site by a City Inspector and Contractor's Supervisor. Complaints received directly by the Contractor shall be submitted in writing to the City on the day such complaints are received, Contractor shall maintain a log of complaints received and corrective actions implemented which shall be submitted to the City each month. Q. Restoration and Repair, Obstructions and Clean Up The Contractor shall become familiar with all existing installations, both public and private, on the work site and shall provide adequate safeguards to prevent damage to existing structures and improvements. All fences, wall, slopes, landscaping, and other obstructions which are remove, damaged, or destroyed in the course of work shall be replaced and/or repaired, at the Contractor's expense, to the original condition and to the satisfaction of the City. Failure to have such damages repaired in a timely manner will result in the City deducting from the Contractor's payment the cost to perform the necessary remedial work. R. Miscellaneous Safety and Other Regulations • 1) Equipment and Vehicle Defects. All equipment or vehicle defects disclosed by any governmental official and not requiring immediate correction shall be corrected by the Contractor within two (2) weeks of notification. 2) Warnings. Contractor shall use light warnings instead of loud sound signals except where required by law for the protection of personnel. 3) Water for Dust Control. The Contractor shall provide sufficient water for use street sweeping operations to maintain a near dustless condition. S. Cooperation with Utility and Other Companies Work within the City by utility and construction companies may be progressing concurrently with the work under this Agreement. It is the responsibility of the Contractor to be informed of work planned by these parties and to coordinate street sweeping work accordingly. T. City Special Events Contractor will provide street sweeping services free of charge in conjunction with up to four (4) City-sanctioned special events each ,ill year. These events may include the City's Independence Day/4th of July Parade and Festival (July each year), the Citywide Yard Sale (March each year), the City's Fall Fiesta (October each year), and the City's Moon Festival Celebration (August each year). U. Contract Term The term of the contract shall be for a period of three (3) years, with an option for renewal for two (2) one-year extensions, on an annual basis, based on the contractor performance. The City reserves the right to unilaterally terminate the Agreement at any time upon thirty (30) days written notice to the contractor. After the initial three (3) year contract, the City has the option to renew the contract for two (2) one-year extensions, in one (1) year increment. If the City chooses to extent the contract, a-formal letter will be sent to the contractor advising contractor of the one (1) year extension. This process will be used for each of the optional two (2) years. In determining whether the Agreement should be extended, the City will evaluate the performance of the contractor and determine whether the contractor's performance is satisfactory. New street sweeping areas, as developed or assumed by the City, may be added to the Service Agreement. Such additional scope of work will be considered change orders to the initial contract, and the value will be based on service unit prices provided in Exhibit D, it applicable, and/or negotiated between the two parties of the contract. REQUIRED CONTRACT REPORTS I! ' 1. Monthly/Weekly Service Report 2. Monthly/Weekly Performance Report 3. Monthly/Weekly Green Waste Recycling/ Diversion Report 4. Emergency Calls Log 5. Complaint Log ATHENS SERVICES EXHIBIT B �I INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledgos that the insurance coverage and policy limits set forth In this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability'' policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto)or the exact equivalent. Limits are subject to review, but in,no event to be less that $5,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance(Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum$25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf'basis,with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another.Coverage shall be applicable to City for injury to employees of Contractor, subcontractors or others involved in the Work.The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than$1,000,000.00 per occurrence. B-1 ( ATHENS SERVICES Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts,errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement.The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must"pay on behalf of' theinsured and must include a er's retroactive date shall be on oro before thvision e effectiveldate ofblishing the rthis agreement.to end.The policy Insurance procured pursuant to these requirements shall be written by insurers that are licensed carriers in the state of California and with en A.M. Bests rating of A-or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and-to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 3-2 ATHENS SERVICES 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time andnoreplacement coverage is provided, City has the right, but not the duty,to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10.Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. • Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged'in the project will be submitted to City for review. 11.Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. UL3 ATHENS SERVICES 13.For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14.Contractor acknowledges and agrees that any actual or alleged failure on the F part of City to inform Contractor of non-compliance with any insurance requirement in noway imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration.A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18.Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21.Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or B-4 ATHENS SERVICES Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty)to monitor the handling of any such claim or claims if they are likely to involve City. 6-5 E M\ 1111 at-k: CIVIC PRIDE N A 9 ORPoRRTEO 0 Attachment C City Council Staff Report — May 12, 2015 AO M F ROSEMEAD CITY COUNCIL K ;�� STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: JEFF ALLRED, CITY MANAGER /4/ / DATE: MAY 12, 2015 SUBJECT: STREET SWEEPING CONTRACT EXTENSION SUMMARY The City of Rosemead currently provides for street sweeping services through a contract with Athens Services. Under this agreement, all residential streets are swept once weekly and all commercial streets are swept twice weekly. This contract is set to expire on June 30, 2015 and staff has reviewed several options for moving forward. As a first step, staff assessed the current market conditions and conducted a survey of similar requests for proposal (RFPs) from the last year. Staff has reviewed the results of five (5) recently conducted RFPs and noticed a substantial upswing in the market prices for street sweeping services. This review of the current market conditions has forecasted a potential rate increase of 31% to 82% based on similar RFP results throughout Southern California. Athens Services, the City's current contractor, has contacted staff with an offer for a new contract. The offer, while higher than the City's current rate, is at the low end of the current market prices. Athens Services has indicated that this offered rate is dependent upon a negotiated contract renewal and is not indicative of the rate that should be expected in a competitive RFP. Staff Recommendation It is recommended that the City Council authorize the City Manager to enter into contract with Athens Services for street sweeping services at an annual cost of $218,400 for a period of three years, with the option to renew for two additional years. DISCUSSION The current contract for City street sweeping services with Athens Services expires on June 30, 2015. Athens Services has provided the City's street sweeping services since 2010 to the satisfaction of staff and the community. Street sweeping contributes to the City's overall appearance and water quality efforts as it removes potentially harmful trash, metals and bacteria from the streets and storm drains. The scope of work in the existing agreement for street sweeping services includes sweeping all residential, collector, and arterial streets within the City. Service levels are briefly described below and are regularly monitored by City staff. LA ITEM NUMBER'. City Council Meeting May 12,2015 Page 2 of 3 • Provide street sweeping services once weekly in residential areas and twice weekly in specified commercial districts. • Provide sweeping logs that include miles and areas swept and the amount of materials that are collected. • Utilize street sweeping equipment in compliance with Air Quality Management District(AQMD) Rule 1186.1, which is the standard for alternative fuel vehicles. • Coordinate with Public Safety Department Parking Control Officers on daily routes. • Provide the City with additional street sweeping in conjunction with up to four (4) special events each year. Current Contractor As stated, Athens Services has provided street sweeping services for the City of •• Rosemead since July 1, 2010. Athens Services, throughout the term of this agreement, has exceeded the expectations of staff. The contractor sweeps all streets according to the City's schedules, is timely, and provides excellent customer service. Additionally, the contractor has often made adjustments and accommodations to its scheduling to meet the various needs of the City and community. The contractor coordinates effectively with City Staff from both the Public Works and Public Safety Departments. Additionally, the contractor has gone above and beyond in their response to emergency situations (windstorms, accidents, etc.) and their participation in City events, including as a sponsor of the City's annual Public Works Day event. Current Market Conditions As a component of the development of a request for proposals (RFP) staff conducted research to survey current market conditions for street sweeping in Southern California. Staff was able to identify five (5) RFPs conducted within the past year from which they analyzed the current market conditions. Street sweeping costs are commonly expressed in "Curb Mile Rate'which is the monthly cost of sweeping divided by the number of curb miles that are swept in the City. Per the contract issued to Athens Services in July 2010, the City of Rosemead's contract was based on a Curb Mile Rate of $19.33. Below is a chart of Curb Mile Rates received for recent RFPs from other Southern California cities. City RFP Date Curb Mile Rate Comparison Contractor Rosemead May 2010 $ 19.33 - Athens West Hollywood May 2014 $ 32.87 + 82.06% Cleanstreet Placentia September 2014 $ 23.65 +31.00% Athens Garden Grove November 2014 $ 30.96 +71.48% Dickson San Fernando January 2015 $ 28.25 +56.47% Athens Pomona March 2015 $ 26.25 +45.39% Athens The Curb Mile Rates proposed in these RFPs ranged from a low of$23.65 and a high of $51.12, both of which were received by the City of Placentia. The average curb mile rate that was offered amongst the five RFPs is $33.34. The cities surveyed receive City Council Meeting May 12,2015 Page 3 of 3 services that are representative of those received by the City of Rosemead, meaning that the street sweeping is a standalone service that is not provided for by the cities' trash haulers. Often time cities that have street sweeping and trash hauling services provided by the same firm recognize discounts that are not available to other customers. Athens Services Proposal Athens Services has offered to continue the service for the City of Rosemead, under a new three (3) year contract, with a curb mile rate of $23.50. The City's street sweeping service area includes 775 curb miles per month, therefore, the monthly rate for street sweeping services will not exceed $18,200 per month ($218,400.00 per year). Based on the City of Rosemead's sweeping area, the annual cost for street sweeping services based on the prices awarded through recent RFPs could range from $ 219,945 (Placentia) to $305,691 (West Hollywood). As this information has demonstrated, staff believes that this offer from Athens Services represents the best possible rate for street sweeping services for the City of Rosemead at this time. FISCAL IMPACT Staff has included a budget amount of $250,000 in the Fiscal Year 2015-16 Operations Budget for Street Sweeping, funded through State Gas Tax Funds. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: Sean Sullivan Acting Public Works Manager Submitted By: s Matth E. Ha k swarth Assist nt City Manager/Acting Director of Public Works Attachments: A. Proposal from Athens Services th- Athens Services immilowsme.ftweaNamos.J.misaa.alaissaasoe April 20, 2015 Sean Sullivan City of Rosemead 8838 Valley Blvd. Rosemead, CA 91770 Dear Sean: Athens Services has greatly enjoyed providing street sweeping services to City of Rosemead since 2010 and would like to extend our agreement with City. To that end, we offer the following benefits to the City: ✓ Best value - Highly competitive rates! We would request a rate adjustment to $23.50 per curb mile due to increased operating costs. Based on the average number of miles we sweep, you would be billed $18,200.00 per month, not exceed $218,400.00 annually. This is an extremely good value based on the most recent RFP results by other cities in Southern California: City Date Athens Nationwide Cleanstreet Dickson Sunset Webco West Hollywood May-14 $ 44.50 $ 32.87 Placentia Sep-14 $ 23.85 $ 28.63 $33.40 $29.13 $ 51.12 Garden Grove Nov-14 $ 34.00 , $ 33.90 $30.96 San Fernando Jan-15 $ 28.25 $ 29.82 $41.56 Pomona Mar-15 $ 26.25 $ 32.00 ✓ Free Compost Giveaway — We commit to a compost giveaway every year of the contract which is worth thousands of dollars to your residents! ✓ Environmentally responsible — We use clean, alternative fuel trucks and never use chemicals to enhance results! ✓ Technological Leader—We use the newest GPS technology to provide cities with real time live tracking of our work! ✓ Safety - We have fleet maintenance and safety programs that are often used as industry examples of how a fleet should be run! ✓ Outstanding Customer Service — Our customer service number, (888) 336-6100, is answered LIVE from 7:00 a.m. to 5:00 p.m. on weekdays and 7:00 a.m. to Noon on Saturdays with 175-language capabilities to assure that customer's concerns are addressed immediately. ✓ Fast response - We utilize cellular technology to produce quick communication with the field and Key Management Personnel! ✓ Highest Quality - We will make as many passes as is required to deliver high-quality results! On behalf of the dedicated Athens employees, we thank you for your consideration. Sincerely, (TQ//^^'' Tommy Ouzoonian Franchise Division Sales Manager P.O. Box 60009, City of Industry, 91716 (626)336-3636 ? O E k e S s 9 O CIVIC FRID am*414,111:t ,� RPoRRTEo `Deg Attachment D City Council Minutes — May 12, 2015 MINUTES OF THE CITY COUNCIL AND THE SUCCESSOR AGENCY TO THE ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION JOINT MEETING MAY 12,2015 The joint meeting of the Rosemead City Council and the Successor Agency to the Rosemead Community Development Commission was called to order by Mayor Clark at 6:06 p.m.in the Rosemead City Council Chamber located at 8838 East Valley Boulevard, Rosemead,California. PRESENT:Mayor/Chair Clark, Mayor Pro TernNice-Chair,Armenta,Council Members/Board Members Alarcon,Low and Ly 1. WORKSHOP A. 2015-16 Budget Development Workshop • Recommendation: That the City Council provide direction regarding development of the 2015-16 Fiscal Year Budget. Acting Finance Director Chu presented a PowerPoint presentation to the City Council Council Member Lowasked if propositions A,C and Measure R unused funds roll over to the following year. Assistant City Manager/Acting Public Works Director Hawkesworth advised that those funds could be rolled over. In addition, Proposition C and Measure R funds could be used on capital improvement projects related to transit and streets.On the other hand,Proposition A could only be used for transit service projects.Mr. Hawkesworth also expiained that the City obtained a Metro grant to conduct work on Valley Boulevard; however, Proposition C and Measure R funding would be necessary to match the money required for the grant. Acting Finance Director Chu continued with the presentation. Council Member Lowasked if the$1 million allocation for the Zapopan Park Improvement project was enough funding for the project. City Manager Allred staled staff would bid the project with an engineer's estimate of$1 million and staff hoped the bids submitted to the City would be within the estimate. Assistant City Manager/Acting Public Works Director Hawkesworth replied that it Southern California Edison agreed with the specifications of the project; and the architect estimated the project at$990,000 the cost could still increase to$1.2 million, Posemead City Courkiland the Successor Agency to the Rosemead Community Development Commission Joint Meeh'ng Minutes of May 12,2015 Page 1 of 13 City Manager Allred slated that similar funding issues may occur with the Garvey Avenue Sewer Expansion project,which is a Rosemead Development Agency funded project Mayor Clark asked for clarification of the million dollar Rosemead Development Agency bonds for the projects. Assistant City Manager/Acting Public Works Director Hawkesworth explained that all other pxojeds involving the Rosemead Park Improvements were on hold until staff bids for the Zapopan Park Improvement project. The Garvey Avenue Sewer Expansion project did not need to go out to bid because it was critical and must be done.Mr.Hawkesworth also advised there were additional bond proceeds if needed for the projects. Council Member Low asked how much more funds were needed for the Garvey Avenue Sewer expansion project and expressed concerns regarding the amount of the allocated funds. Assistant City Manager/Acting Public Works Director Hawkesworth replied that the project was estimated to increase by approximately$150,000 to$200,000 dollars. City Manager Allred explained that the project fund could be augmented with general fund reserve money. He continued to explain that general fund balance projected for June 30,2015 may be at$15.7 million and as well as$3.5 million are set aside in a trust Lund to pay for the future obligations of benefit retirements.Mr. Allred added that the revenues had exceeded the expenditures by$442,000 and the operating budget had a balance,which could be transferred out for copilot improvements. Council Member Ly cladfied that the transfer was consistent with the reserve use policy on spending money ' for a one time capital improvement project.He reiterated that capital improvement projects were a great showcase of how money was being spent in the City. City Manager Allredcontinued to explain that on page 4 of the budget book, staff was proposing to continue with 53 full time employees. He noted the Community Development Department was increased from six employees to seven by adding a lull time assistant planner position due to the demand at the counter. However,the Parks and Recreation Department had ten full time employees in Fiscal Year 2014-15 and next fiscal year, the department will only have nine. Council Member Ly suggested that considering the work load of the City Clerk's Office,the new part-time position be changed to full time status to alleviate some of the pressure.Mr. Ly continued to explain that in addition to the daily responsibilities in the office,The City Clerk also maintained the City's communications and managed five Council Member calendars. Council Member Low agreed with Council Member Ly's comments that there was a lot of work in the City Clerk's office. City Manager Allredstated that a part-lime position was added and the incremental cost to change that position to a full time status position would not be exorbitant • Council Member Low inquired about the Parks and Recreation Management Analyst position. , Rosemead City Council and The Successor Agency to the Rosemead Community Development Commission Joint Meeting Minutes of May 12,2015 Page 2 of 13 City Manager Allred explained that during the mid-year adjustments, Council considered and approved the recommendation to not till two vacant part-time coordinator positions and fill it with one Analyst position. lie added the reason Parks and Recreation showed nine positions rather than ten was because two coordinator positions were eliminated. He explained there was a lot of administrative work in the Parks and Recreation Department including dealing with the Los Angeles County Health Department on all of the special events. He noted that the City has already recruited for the position and an offer was about to be made. Director of Pasts and Recreation Montgomery-Scott explained that the Management Analyst would be involved in budget preparation,pursuing grant opportunities,project management responsibilities,staff coordinating within divisions,and assessing how the department was working to serve the changing needs of the community,and to ensure the department is working efficiently and effectively in light of all the changes. City Manager Alred continued with the budget presentation. Mayor Clark asked If Rosemead residents pay less in property tax than full service cities like San Gabriel. City Manager Allred replied that there were Assessment Districts along with Proposition 13 that limited one percent assessed value of a property. Assistant City Manager/Acting Public Works Director Hawkesworth explained that the allocations were made with Proposition 13. He continued to explain that cities would add assessments to a tax bill.Since Rosemead was a fiscally responsible City,Rosemead did not have any special assessments or special charges.The allocation was based off the previous allocation and the weight of the various agencies. City Manager Allred continued with the presentation. Council Member Low asked if the City received the right service levels from the Sheriff's Department, City Manager Allred stated that the City has a robust cost effective service of deputies patrolling the City. Chief of Police Lieutenant Somoano explained that research would have to be conducted to compare services and population with other cities to determine what services were needed in a specific community. Council Member Low asked ft there would be any additional money budgeted for the Garvey Specific Plan. City Manager Allred replied no,there was no additional money budgeted for the Garvey Specific Plan. Council Member Low noted the City's budget would have a deficit of$107,000 due to the capital improvement projects,and likely the Zapopan Park and the Garvey Sewer Expansion project would each be $200,000 short in funds. Assistant City Manager/Acting Public Works Director Hawkesworth explained that the Zapopan Park and Garvey Avenue Sewer Expansion project would be funded by bond proceeds and would not come out of the general fund because redevelopment money was used separately. Mayor Clark recessed the City Council meeting at 558 p.m. Rosemead City Council and me Successor Agency ro the Rosemead Community Development Commission Joint Meeting Minutes of May 12,2015 Page 3 of 13 Regular Business Meeting The joint meeting of the Rosemead City Council and the Successor Agency to the Rosemead Community Development Commission was called to order by Mayor Clark at 7:07 p.m. in the Rosemead City Council Chamber located at 8838 East Valley Boulevard,Rosemead,California. PLEDGE OF ALLEGIANCE:Council Member/Board Member Alarcon INVOCATION:Council Member/Board Member Low PRESENT:Mayor/Chair Clark,Mayor Pro TenWtce-Chair,Armenia,Council Members/Board Members Alarcon, Low and Ly STAFF PRESENT: City Manager Allred,City Attorney Richman,Assistant City Manager/Public Works Director Hawkesworth, Community Development Director Ramirez, Director of Parks and Recreation Montgomery-Scott,Acting Finance Director Chu,and City Clerk/Director of Communications Molleda 2. PUBLIC COMMENTS FROM THE AUDIENCE -None 3. PRESENTATIONS • Republic Services Scholarships Elizabeth Martinez—Republic Services representative presented scholarship awards to the following winners of an essay contest:Raymond Hong, Min Luong, Alden Hou,Adam Espinoza, and Richard Chang. • Beautification Committee Awards , Management Analyst Pat Platt presented awards to the following property owners who had exemplary performance maintaining and beautifying their homes and/or business. Residential Winners Best Overall Winner—Patrick and Denise Verrone,3610 Muscatel Best Landscape—Al and Leticia Martinez,9045 Bentel BestXeriscape—Due Minh L and Mac Kim Thuy T,3727 Temple City Bhd Honorable Mention—David Silva,9727 Olney Honorable Mention-Jess and Eslhela Gallegos,9709 Olney Commercial Winners Best Overall—Ofve Garden,1866 Montebello Town Center Best Landscape-Everest Self Storage,8306 Garvey Ave Honorable Mention-Micent Investments,8841 Garvey Council Member/Board Member Armenta thanked and congratulated the winners for maintaining a clean .-,. and beaut6d City by making improvements to their properties. Rosemead City Coundard the Successor Agency to She Rosemead Community Development Commission Joint Meeting Minutes of May 12,2015 Page 4 of 13 Mayor/Chair Clarkthanked the winners of the Beautification Committee awards • Water Safety Month Proclamation Mayor/Chair Clark read the proclamation and proclaimed the month of May as Waler Safety Month • May is Mental Health Awareness Month Proclamation Mayor/Chair Cfark read the proclamation and proclaimed the month of May as Mental Health Awareness Month Nancy Enq—on behalf of the National Alliance of Mental Illness thanked the City Council for helping in raising awareness. Council Member/Board Member Ly stated that there are people with mental issues that should be able to openly dlscuss their problem and we need to help residents obtain assistance. • Asian and Pacific Islander Heritage Month Proclamation Mayor/Chair Clark read the proclamation and proclaimed the month of May as Asian American and Pacific Islander Heritage Month. 4. PUBLIC HEARINGS A. Ordinance No.952—Second Reading:Low Impact Development Standards for Stormwater Management Recommendation: That the City Council: (1)Conduct a public hearing and receive public testimony;and(2)Adopt Ordinance No.952 at its second reading,entitled:AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD,CALIFORNIA, ADOPTING BY REFERENCE CHAPTER 12.94 ENTITLED"LOW IMPACT DEVELOPMENT STANDARDS"OF THE LOS ANGELES COUNTY CODE AND INCORPORATING SAID CHAPTER INTO CHAPTER 13.16 OF THE ROSEMEAD MUNICIPAL CODE,WITH AMENDMENTS Acting Public Works Manager Sullivan reviewed the staff report. Mayor Clark opened the Public Hearing al 7:32 p.m.,there being no comments the Public Hewing closed at 7:32p.m. Moved by Council Member/Board Member Steven Ly,and seconded by Council Member/Board Member Polly Low,to carded by the following droll call vote:opt the nAYES:! motiond reading of Ordinance No.952.The unanimously Alarcon,Armenia,Clark ow,Ly. Rosemead City Council and the Successor Agency to the Rosemead Community Developmanf Commission Joint Meeting Minutes of May 12,2015 Page Sof 13 • • • 5. CONSENT CALENDAR - w A. Minutes January 27,2015-Regular Meeting February 10,2015-Regular Meeting February 24,2015-Regular Meeting March 24,2015-Regular Meeting B. Claims and Demands • Resolution No.2015-25 Recommendation:to approve Resolution No.2015-25,entitled: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OP ROSEMEAD ALLOWING CERTAIN CLAIMS AND DEMANDS IN THE SUM OF$755,994.46 NUMBERED 88573 THROUGH 88731 INCLUSIVELY • Resolution No.2015-10 Recommendation:to approve Resolution No.2015-10,entitled:A RESOLUTION OF THE CITY OF ROSEMEAD AS THE SUCCESSOR AGENCY OF THE ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION ALLOWING CERTAIN CLAIMS AND DEMANDS IN THE SUM OF$191,150.95 NUMBERED 10127 • Resolution No,2015-04 Recommendation:W approve Resolution No.2015-10,entitled:A RESOLUTION OF THE ROSEMEAD HOUSING DEVELOPMENT CORPORATION ALLOWING CERTAIN CLAIMS AND DEMANDS IN THE SUM OF$11,945 NUMBERED 1572 C, -Ordinance No.942-Second Reading:Approving Zone Change 12-02-7801.7825 Garvey Avenue,3012 Del Mar Avenue,and 3017 Brighton Skeet Recommendation: That the City Council adopt Ordinance No.942,entitled:AN ORDINANCE OF THE CRY COUNCIL OF THE CITY OF ROSEMEAD,.000NTY OF LOS ANGELES,STATE OF CALIFORNIA APPROVING ZONE CHANGE 12-02 CHANGING THE ZONING CLASSIFICATION OF SIX PARCELS FROM C-3(MEDIUM COMMERCIAL) AND THE SINGLE-FAMILY RESIDENCE AT THE NORTHEAST CORNER OF THE SITE R-2(LIGHT MULTIPLE RESIDENTIAL)TO C-3 MUDO-D(MEDIUM COMMERCIAL WITH A RESIDENTIAUCOMMERCIAL MIXED-USE DEVELOPMENT OVERLAY AND DESIGN OVERLAY).THE SUBJECT SITE IS LOCATED AT 7801.7825 GARVEY AVENUE,3012 ^+ DEL MAR AVENUE,AND 3017 BRIGHTON STREET(APN'S:5287.039.001,002,003, 004,005,011) ' • Rosemead City Council and the Successor Agency to the Rosemead Community Development Commissbn Joint Meeting Minutes at May 12,2015 Page 60113 D. City Investment Policy - Recommendation: That the City Council approve the Investment Policy. E. HOME Funds Commitment Agreement between the City of Rosemead and the Rosemead Housing Development Corporation for the Implementation of certain HOME Funded Programs Recommendation: That the City Council:(1)Approve a HOME Funds Commitment Agreement between the Rosemead Housing Development Corporation and the City Council for the implementation of the City's Owner-Occupied Rehabilitation Loan Program and Mortgage Assistance Program;(2)Authorize the Mayor to execute the contract on behalf of the City;and(3)Authodze the President to execute the contract on behalf of the RHDC. • ty Council of the City of Rosemead F. •Declaring Its Intention Resolution No. oVacaate ant Aley betweenon of the i Brighton Street and Del Mar Avenue and Setting a Public Hearing on the Proposed Vacation Recommendation: That the City Council approve Resolution No.2015-21, entitled: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD,CALIFORNIA, DECLARING ITS INTENTION TO VACATE THE ALLEY BETWEEN BRIGHTON AND DEL MAR AVENUESTREET AND SETT NG A PUBLIC HEARING ON THE PROPOSED VACATION Moved mb r Councilm ancon,toa pp ova ther Steven Ly,and ConsentCalendar.eThededmotion unanimously carried by the Council Member/Board Member William Alarcon,to app following vote: AYES:Alarcon,Armenta,Clark,Low,Ly 6. MATTERS FROM CITY MANAGER &STAFF A. Annual Comprehensive Fee Resolution Update Recommendation: That the City Council approve Resolution No. 2015-19,entitled:A ADOPTING RESOLUTION HE COMPREH NSICALIFORNIA,NCIL OF THE CITY OF ROSEMEAD,F VE SCHEDULE FEES AND CHARGES Acting Finance Director Carolyn Chu reviewed the staff report. Mayorelark expressed concerns wgh the amount of the fee for new single family homes.Mrs.Clark stated that the State and the Regional Housing Needs Assessment required the City to provide for a cedain amount of residential units in the Zoning code. Mrs.Clark suggested that the fee could waived for a new single family home if it was owner occupied.However,if a developer builds and sells a new single family home,then the fee should be charged. City Manager Allred stated that the fee was an existing fee that has been in place for many years. Rosemead CO Council and the Sucwssoo Agency to Me Rosemead Community De vehpment Commission Joint Meeting Minutes of May 12,2015 Page 7of 13 Mayor Clark inquired about the new fence plan review lee. • Director of Community Development Ramirez explained that when a new fence is being installed,an application has to be submitted to the Planning Division for review and approval.She explained that the fee was to recoup staff cost for reviewing the plans. Mayor Clark expressed concerns with the yard sale permit lee of$5. Director of Community Development Ramirez explained that staff was trying to recoup the cost the Planning Division's and Public Safety Department's staff time. • Council Member Ly asked how many times a year a resident could have a yard sale. Director of Community Development Ramirez replied that a resident could have a yard sale twice a year. CouncilMember Ly suggested the first yard sale permit be free and the subsequent yard sale permit should cost$5. Mayor Pro rem Armenta expressed concern that people advertising their yard sales should take their signs down and net the Public Safety staff,otherwise they should be penalized. CityAttorney Richman staled that having a penalty for yard sale signs may not work for the reason that the yard sale applicant may deny ever placing a sign. Council Member Lowasked about the Increased fee for tract maps. Assistant City Manager/Acting Public Works Director Hawkesworth explained the fee increase was to cover staff cost for performing review services.Certain projects have to be referred to the contracted engineers for their review which increased the cost for performing those reviews. Council Member Low inquired about the certificate of compliance fee increasing from$600 to$2,000. Acting Public Works Manager Sullivan explained that the fees were associated with contracted on-call engineering services-He explained that the fees were previously established on•an older hourly rate and fixed amount of time.The proposed new fee is the average cost of ten hours of review by the Engineer per project. City Manager Alred explained that the reason for the increased fees, is to not have the tax payers subsidize the cost of the developer's project. Council Member Low inquired about the street closure foe and asked if it was only for events and projects. Acting public Works Manager Sullivan replied that the daily rate fee was for any type of street closure. Council Member Low inquired about the Garvey Park Gymnasium rental feo for nonprofit teams. Rosemead City Council and the Successor Agency to the Rosemead Community Devebpmen t Commission Joint Meeting Minutes of May 12,2015 Page of 13 Council Memberexplained the Cay stated Rosemead residents must be represented nthton-prrosports team to qualify ttwenty-five the gym at no tee. Council Member Low inquired about shopping cart violation fines. City Manager Allred replied that the City Council adopted a resolution approving fines for shopping cart violations that would be added to the fee schedule. Council Member Lowsuggested the City impose tines for civilians committing graffiti violations. City Attorney Richman explained there was a fee in existence to issue a criminal citation and the City could then ask the Court for restitution. Assistant City Manager/Acting Public Works DirectorHawkesworth added that the City could not prosecute the crime as both an administrative citation and a criminal violation.lie added if prosecuted,the courts could levy a fine, but the City could not also levy a fine, Mayor Pro Tem Artemis suggested that the fee schedule also include violations of illegal shopping cart retrieval. Moved by Council Member Steven Ly,and seconded by Council Member Polly Low to approve Resolution 2015-19,the Comprehensive Fee Schedule and Incorporate amendments of one free yard sale permit and$5 cost for every subsequent yard sale within the year;and add Illegal shopping cart retrieval tines to the administrative section:The motion unanimously carried by the following vote: AYES:Alarcon,Armenia,Clark,Low,Ly B. Street Sweeping Contract Extension Recommendation: That the City Council authorize the City Manager to enter into a contract with Athens Services for street sweeping services at an annual cost of$218,406 for a period of three years,with the option to renew for two additional years. • Assistant City Manager/Acting Public Works Director Hawkesworth reviewed the stall report. Council Member Low expressed support to continue with Athens Services who has provided good rates to residents. Council Member Alarcon agreed wi0t Council Member Low's comments and expressed support to continue the street sweeping service with Athens Services. Mayor Pro Tern Armenta stated that Athens has provided exceptional customer service to the City. Council Member Ly expressed support with Athens Services; however, he expressed concerns with increased gas cost and operating cost. Resumed City Council and the Successor Agency to the Rosemead Comment!y Development Commission Joint Meeting Minutes of May 12,2015 Page 9 of 13 • Mayor Clark asked staff if the street sweeping trucks could use recycled water or,not use water at all,to .,. sweep the streets. - " • Assistant City Manager/Acting Public Works Director Hawkesworth stated the City's ability to use more recycled water would require the installation of a purple pipeline with high flow connection to fill out the city • trailers and possibly include the Athens Company sweeping trucks. Council Member Polly Low made a motion,seconded by Council Member William Alarcon to authorize the City Manager to enter into contract with Athens Services at an annual cost of$218,400 for a period of three years,with the option to renew for two additional years. The motion unanimously carried by the following vote: AYES:Yes:Alarcon,Armenta,Clark,Low,Ly C. Water Conservation Measurers Ordinance and Resolution Recommendation: That the City Council take the following actions:(1)Adopt,as an urgency ordinance to comply with the Governors mandated water conservation requirements,Ordinance No. 953,entitled:AN ORDINANCE OF THE CIN COUNCIL OF THE CITY OF ROSEMEAD,COUNTY OF LOS ANGELES,STATE OF CALIFORNIA AMENDING CHAPTER 13.04.060 OF THE ROSEMEAD MUNICIPAL CODE CONCERNING PHASE III WATER SHORTAGE-MANDATORY CONSERVATION; (2)Approve Resolution No.2015-24,entitled:A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD,CALIFORNIA,DESIGNATING IRRIGATION SCHEDULES UNDER PHASE Ill WATER SHORTAGE CONDITIONS;and(3)Provide direction regarding the proposed turf replacement on the Garvey Avenue Medians. Assistant City ManagerlActing Public Works Director Hawkesworth explained the State has not adopted any proposed regulations.He added that in speaking with the City Attorney,the City Council should hold off approving Ordinance No.953 and Resolution 2015-24;since the final restrictions won't go into effect by the State until July 1,2015.Staff would still want direction in moving forward with the City properties. Michael Tullius-expressed support of the water conservation resolution. Mr.Tullius added that there should be more water conservation education and enforcement of water regulations. Mayor Clark asked how the percentage was calculated by water companies to conserve water. Mr.Tullius-explained that every water agency in the State was on a list and given category tiers 1-9.Mr. Tullius stated that his water company was rated at tier 7. Brian Lewin-expressed support of the water conservation resolution and expressed concerns with water companies'inequiles of percentages for reducing water usage.Mr.Lewin also spoke in regards to the • possibility of the Garvey Specific Plan medians changing as part of the project. He suggested adding drought tolerant landscaping at the Dinsmoor House property.Mr. Lewin suggested new development help conserve water by being required to install interior water usage like aerators on faucets,water conservation water �-- heads, multi-flow toilets,waterless urinals,etc.He lastly,suggested staff conduct a water usage audit on City facilities. • Rosemead Oily Council and the Successor Agency to the Rosemead CommunlyDevelopment Commission JointMeelirg - Minutes ofMay12,2015 Page 10of13 Mayor Clark asked staff to look into some of Mr.Lewin's suggestions relating to water conservation requirements on new residential and commercial projects. Council Member Ly inquired about the proposed replacement of turf on Garvey Avenue suggesting artificial turf be the last resort because it's not esthetically pleasing.Mr.Ly explained that the community may embrace the idea of water conservation if it sawthe City was making an effort to use drought tolerant landscaping. Mayor Pro Tem Armenia stated there was artificial turf that looked very realand asked whether it was allowable if a resident chose to plant artificial turf. Acting Public Works Manager Sullivan stated that artifidal turf was something that was included in the Planning yard ordinance with the Planning Division. City Manager Allred stated he was not aware of any restrictions for the use of artificial turf. lie continued to explain that tolemataff shad lhad issuesssewould ithe irrigation ibsystems on the medians and excavating the medians to add ought Council Member Lystaled that staff is out early in the morning maintaining the median landscapes and should be able to water the drought tolerant plants. • City Manager Allred explained that mature trees in the medians have compromised the irrigation system and watering drought tolerant landscape regularly would require hand watering which would not be efficient. Mayor Clark asked if a drip irrigation system would be best. Assistant City Manager/Acting Public Works Director Hawkesworth explained that in regards to the Garvey Avenue Specific Plan and the increased traffic,the medians would probably change. It would be costly to install new irrigation lines and new drip lines for a possible short term solution.Mr. Hawkesworth added that staff was drought tolrecommending ant landscaping,the mainnn installing newtenance staff would have to n.If water by hand.e City il proceeded with installing Council Member Lowstated using tut was a reasonable solution because it was cost effective on maintenance. Council Member Ly stated that unless the plan was to remove some of the landscaping,the maintenance crew was already on site maintaining the medians and it would be a minimal cost.Mr.Ly also explained that during the summer artificial turf produces more heat. Mayor Clarkstated she would not like to invest more money it the medians on Garvey Avenue would change. Acting Public Works Manager Sullivan staled that the provisions on the medians and irrigation regulations of the Governors recent mandate,applied to ornamental turf. Assistant City Manager/Acting Public Works Director Hawkesworth explained that Garvey Avenue was the Rosemead City Council and the Successor Agency to the Rosemead Community Development Cennmission Joint Meeting Minutes of May 72,2015 Page 11 of 13 only street wffh turf that was affected by the ornament turf regulation.He added that the other medians have ry no turf landscaping and only one median has drip irrigation. Mayor Pro Tem Armenia asked what the duration of the improvements on Garvey Avenue would be.She expressed concern in having the corridor blighted because it would be a disservice to the residents. Mayor Clark asked staff If cost estimates were obtained for the Garvey Avenue median turf. Acting Public Works Manager Sullivan stated that staff has estimated the cost per square fool on the turf to be approximately SB to$10 a square foot. Council Member tyasked how much the cost to switch to drought tolerant landscaping was. Acting Public Works Manager Sullivan staled staff received pricing on landscaping of$5 to$6 per square foot. Mr.Sullivan explained the increase In cost was the expense of irrigation and the cost of installing drip systems. Council Member Low inquired if staff obtained other cost estimates for City facility locations. Acting Public Works Manager Sullivan explained that with the smaller projects,if funding was available there were turf reduction rebates at approximately$2 a square foot. He added some of the smaller projects couki be done with a combination of in-house services, utilization, and redeployment of TruGreen staff. Council Member Low asked if the park areas where work was being planned,were also included in the current budget or next year's budget. Assistant City Manager/Acting Public Works Directorhawkesworth stated that in terms of the Kflngerman Park area,the proposal was to stop irrigating and put mulch on certain portions of the turf.Staft's intent was to get the$2 per square foot rebate to cover the cosi of the mulch. Mayor Clark asked if the rebate could be done for the Garvey Avenue medians. Acting Public Works Manager Sullivan stated staff had approximately$28,000 in fund rebates from the water district for Garvey Avenue. Mayor Clark suggested staff could place mulch,plant drought tolerant plants and Install drip irrigation systems for the Garvey medians. Assistant City Manager/Acting Public Works Director Hawkesworth advised the concerns of having mulch on the medians on Garvey Avenue,was that the medians have large crowns in which the rain MI slide all the mulch onto the street. Council Member Alarcon asked how many medians are on Garvey Avenue. Acing Public Works Manager Sullivan replied there were approximately 16 medians from East to West on . Garvey Avenue. Rosemead City Council and the Successor Agency to the Rosemead Community Development Commission Joint Meeting Minutes of May 12,2015 Page 12 of 13 • City Manager Allredstated that in terms of funding,during the midyear budget adjustments,the City Council appropriated some funding for the medians. Acting Public Works Manager Sullivan added that staff was able to isolate the watering expense for the Garvey Avenue turf medians which ranged from$16,000 to$19,000 annually. Mayor Pro Tem Armenta asked if the City was looking into any synthetic turf for the ball fields. City Manager Allred replied no, it's very expensive. Assistant City Manager/Acting Public Works Director Hawkesworth explained that athletic turf was more expensive than the ornamental turf.He added there was a current State bill that was looking into concerns of the materials used to make athletic turf. Mayor Clark asked who would enforce water regulations. City Manager Allred stated the water companies would monitor water usage but do not have the authority to the,except for San Gabriel County Water District,which was a public agency.The City would)be responding to their referrals for enforcement. The City Council detested the item to the next meeting. 7. MATTERS FROM CITY COUNCIL—None 9. COUNCIL COMMENTS Mayor Pro Tern Armenia commended Committee liaison Pat Platt and Committee Member Brian Lewin for being the judges on the first annual Beautification Awards.Ms.Armenta stated that at the Contract Cities Association Annual Municipal Conference she was chosen to be part of the Executive Board as Director at Large. 9. ADJOURNMENT The meeting adjourned at 0:47 p.m.The next regular City Council meeting- scheduled to take place on May 26,2015 at 6:00 p.m.in the Rosemead City Hall Council ham.:r. / Carol Cowley,Interim City Clerk APPROVED: 1 r•- Margaret c ark,Mayor Rosemead City Council end the Successor Agency to the Rosemead Community Development Commission Joint Meeting Minutes of May 12,2015 Page 13 of 13 /113 M F t '9 O CIViC PRIDE S 1'*��-�.s.' / .......,...../i /NCORPORAT g9 Attachment E Service Schedule and Map ,„ _., r . , .. , q I k w, ,„ N 17Gmilk I 411, u y CIVIC PRIDE w +ramt�io• Ow wu .. ! ,......141.' .. wo;_....,-...N. vir _V. litsw ph,- . , RAF - :Iiii. NCOR �gS PO RATED y -1/I itiEo 4t .ry �' , e.,,,":72, STREET SWEEPING MAP ! �;� ow X Ar. li a NEO MP9 vu Io, 2, C • ' 1141 t ., /Orn�7pn C.lA lim or .9' . atr.cowl A 4y 6.—•lo— r a 1 EFFIE Itili 11111 N14!\ . r11111 II-IU, .t ' M.34 ` 1 I. i v, FR 1 k1' c Rw , ! JIBE 1111 1 i Iiurr iii . s r ^_ �n iRl 1 .034. ; R,i ; � >ym.llom 1 Legend , ,•,I• 1 J it _ < E tloa °°' 3 Ei j y FRIDAY. 10am to 2pm Gam-t1on, 1 f FR s FRIDAY.6am to 10am -Nt,Kr• 10 tom •V+ FRIDAY.8am to 12pm MONDAY. 10am to 2pm „, ;i MONDAY.6am to 10am 01.4 /I MONDAY.8am to 12pm r • THURSDAY. 10am to 2pm d THURSDAY.6am to 10am THURSDAY.8an1 to 12pm TUESDAY. 10am to 2pm ' TUESDAY.6am to 10am '14.41111111 TUESDAY.8am to 12pn1 ___: WEDNESDAY. 10am to 2pm Ioam ion, ^� WEDNESDAY.6am to 10am WEDNESDAY.8am to 12pm t COMMERCIAL STREETS' �, 1 .� city boundary 'swept f u�><Ory>,d Fridays tam to 8am IND Parking restrictions 10r street sww Prngt