Loading...
Resolution 19-22 To: Members of Dublin City Council From: Dana L. McDaniel, City Manager Date: April 19, 2022 Initiated By: Robert E. Ranc Jr., Deputy City Manager/Chief Operating Officer Jay Anderson, Director of Public Service Re: Resolution 19-22 - 2022 Street Sweeping Contract Bid Acceptance Background The 2022 Operating Budget includes $119,500 for the City’s contractual street sweeping program. The scope of this contract includes street sweeping of 630 City lane miles five times a year (see attached map for the full scope of service). The City supplements the contractual service with its own street sweeper for specific areas of need throughout the year. As part of past contracts, the City has included the west lane of Sawmill Road within City boundaries. For 2022, the scope of the contract was updated to include requested sweeps of the east lane of Sawmill Road, as well as the concrete medians on Sawmill Road, between Billingsley Road and SR-161 (to include the I- 270/Sawmill Road Interchange). Further, the bid includes unit cost for additional garage sweeping and pressure washing at the City maintained Library Garage. The complete contract technical specifications are attached to this report for reference. Bids for this contract were opened on March 23, 2022. The City received one (1) bid from SCA of OH, LLC in the amount of $135,944.67. Staff thoroughly reviewed this bid, particularly as only one bid was received for this contract. SCA of OH, LLC is part of Sweeping Corp of America, the largest power sweeping service provider in the United States. Sweeping Corp of America provides municipal service throughout the Midwest, eastern, and southern United States. Sweeping Corp of America recently acquired the City’s previous street sweeping contractor, Contract Sweepers & Equipment Company. Due to consolidation of firms throughout the industry, SCA of OH is the only provider of street sweeping services in the region that can meet the scope of services the City is requesting. Staff is confident that SCA of OH can successfully meet the requirements of this contract, and there are sufficient funds in the operating budget to cover the cost of this bid. Bidder Bid Amount SCA of OH, LLC $135,944.67 Recommendation Staff recommends adoption of Resolution 19-22, accepting the bid by SCA of OH, LLC for the street sweeping program in the amount of $135,994.67 Office of the City Manager 5555 Perimeter Drive • Dublin, OH 43017-1090 Phone: 614.410.4400 • Fax: 614.410.4490 Memo Street Sweeping 2022 60 | Page    SPECIFICATIONS 61 | Page    STREET SWEEPING SPECIFICATIONS Genera l Specifications 1. Street sweeping will be completed on designated roadways in commercial districts. In addition, some parking lot, parking garage and Historic Dublin sweeping may be necessary. 2. Street sweeping shall consist of cleaning the roadways from curb to curb including center lanes, inside curbs, outside curbs, and turn lanes. Intersectio ns and places in the roadways where debris is deposited due to traffic patterns will also be cleaned. Water shall be used in all street sweeping operations to wet the road prior to cleaning. Prices will be based on a unit cost of one lane mile. For example, a two lane road that is one mile-long will be two lane miles. A four lane road that is two miles long will be considered eight lane miles. 3. The equipment utilized to sweep the roads and parking lots must be equipped with curb brushes as well as main brushes or other systems/devices to insure debris is removed from all paved surfaces. The equipment must have legal markings to warn other roadway users of a slow moving vehicle. Strobes, beacons, and flashing lights must be visible from all directions. An arrow board must be utilized when required by traffic control standards and/or the City of Dublin traffic control policies. Safety Considerations 1. The Contractor shall be responsible at all times to conduct the work and keep the work site in compliance with federal, state and local safety laws and regulations, including, but not limited to Occupational Safety and Health Administration (OSHA) requirements. 2. The Contractor shall adhere to the requirements for maintaining traffic as indicated in the "Ohio Manual of Uniform Traffic Control Devices for Streets and Highways," and the City of Dublin Work Zone Traffic Control Program, latest revision(s). In addition, all personnel must have appropriate clothing such as orange safety vests or shirts with safety reflective materials. 3. Barricades and Warning Signs: The Contractor will be required to provide, erect, maintain (in proper position, clean, legible and good working condition) and remove all lights, signs, barricades and all other traffic control devices necessary to the maintenance of traffic. All traffic control devices shall conform to Part 7 of the OMUTCD for Streets and Highways as amended, as required under Ohio Revised Code Section 4511.09. 62 | Page    Street Specifications 1. The roadways to be swept equal approximately six hundred and thirty (630) lane miles per each sweeping session. In the event the contractor requires exact measurements, the Contractor is responsible for measuring the streets. The lane miles listed were derived from Dublin's GIS system. 2. There may be some small areas to be cleaned that are not included. These areas will be added based on the unit per lane mile cost. The addition of these areas will not significantly change the scope of work listed above. 3. Designated streets will be cleaned five times during 2022. Some streets may need to be cleaned more than five times to prepare for special events that occur in Dublin. All cost proposals shall be based on cleaning the streets five times during 2022 based on six hundred and thirty (630) lane miles each sweep. Additional work will be based on per unit lane mile costs and added to the scope of work on an as needed basis. 4. Street sweeping debris shall be dumped at the Dublin Fleet Center (6351 Shier-Rings Road). The City will be responsible for the removal of debris at no cost to the Contractor. 5. Water shall be provided at no cost to the Contractor. The water hydrants are located at 6351 Shier-Rings Road. In the event the Contractor wishes to obtain water at other locations using different fire hydrants, the Contractor must obtain permits from the City of Dublin and the City of Columbus. There are fees associated with these permits which will not be waived; therefore, the fees shall be included in the lump sum proposal. Current fees for City of Dublin hydrant permits are $125.00 for 30 days. The City of Columbus permit includes a $30.00 fee and an additional $50.00 per day water usage fee. 6. All street cleaning shall be completed between 7:00 am and 7:00 pm Monday through Friday. 7. Street sweeping schedule (five times per contract) dates are as listed: a. Sweep #1 - May 2 – May 20 b. Sweep #2 – June 13 – July 1 c. Sweep #3 – July 18 – August 12 d. Sweep #4 – September 1 – September 16 e. Sweep #5 – December 12 – December 30 (after leave collection season has concluded) 63 | Page    Parking Lot Specifications 1. Parking lot cleaning may occur following and/or prior to City sponsored special events such as the Fourth of July celebration and the Dublin Irish Festival. Examples could include: Dublin Coffman High School, Dublin Municipal pools, Cardinal Health, etc... These parking lots may be cleaned when necessary and upon the City's request. Cost will be based on a per unit basis of 1,000 square feet. Size of parking lots will be determined using the City's GIS mapping system. Parking lot cleaning shall consist of a sweep of the entire parking lot including all inside curb corners, around light poles (and any obstructions), and entrances/exits. The expectation is that all paved surfaces will be cleaned. In the event there is space between parking blocks and the edge of pavement, the expectation is that the paved surface will be cleaned to the parking blocks. Parking Garage Specifications 1. The City of Dublin may request that the parking garage located near the Dublin Library, in the Historic District, be swept and power washed (including pre-sweep) two (2) times during the calendar year. The City requests that the contractor include the pricing for each of these services to be included submitted in the rate to determine lane miles. Quality of Work and Payment Information 1. At the conclusion of work, the Contractor shall notify the City that the work has been completed. Within 72 hours, the City shall inspect completed work and communicate by email and phone any unsatisfactory work. Within 48 hours of sending the email, the contractor must return and correct the problem. Failure to do so within 48 hours (excluding Sunday) will result in no payment for that area of work. Unit costs will be utilized to determine value of work resulting in no payment by the City of Dublin. 2. The Contractor shall invoice the City of Dublin for work performed five times during 2022 season for each cleaning of all areas listed above. Additional billing may be necessary for parking lots depending on the timing of the cleaning. Payment shall be issued for all satisfactorily completed work within 30 days of receiving the invoice. 3. The Contractor's proposal shall include a complete experience record and professional references for prior work completed with similar scopes of work. Documentation Required of the Contractor: 1. The contractor is required to complete forms documenting work completed each day. These forms include the name of the street, date, time-in, time-out and 64 | Page    comments. At the close of each day's work, contractor shall email the completed forms to the City. Contract Period 1 This contract will last for one year from the date of award with options to extend for a maximum of three years, in one-year increments. The option to extend this contract will not exceed December 31, 2025. Emergency Sweeping Services 1. The contractor agrees to perform emergency street sweeping services on an "As Needed" basis. Emergency sweeping services can occur any time, day, night, weekend and/or holiday. The contractor will provide a cost for emergency services based on an "hourly" fee in the appropriate area on the proposal form.