SLED Opportunity · CALIFORNIA · SANTAMONICA
AI Summary
The City of Santa Monica seeks contractors to manage household hazardous waste services through its Resource Recovery and Recycling Division.
The City of Santa Monica’s Resource Recovery and Recycling (RRR) Division is seeking contractor(s) to manage hazardous waste services.
The City of Santa Monica operates a hazardous waste facility (HW facility) located at 2500 Michigan Avenue, Santa Monica, CA 90404, to prevent the release of hazardous materials into the environment. The HW facility is open to City departments, Commercially Exempt Small Quantity Generators (CESQGs)and others to drop off hazardous waste during a pre-designated monthly date and time. In fiscal year 2024-25 (July 1 – June 30), the City collected approximately 17,580 pounds of hazardous waste from CESQGs and others at the HW facility. The contractor’s role is to provide monthly pick-up and disposal of the waste at the HW facility and to provide a staff person to assist the City’s hazardous materials technician part-time throughout the week.
The City has the option to use a contractor to provide door-to-door household hazardous waste (HHW) pickup, transport, and disposal for residents if necessary. In fiscal year 2024-25, approximately 1,889 households participated in the program and 82,977 pounds of HHW were collected and properly disposed. The City also has the option to use a contractor to pick up, transport, and dispose of hazardous waste abandoned in public spaces if necessary. Door-to-door pickup services and abandoned waste are optional and not guaranteed and the inability to do either or both does not prevent a contractor from bidding on providing hazardous waste management, transportation, and disposal of waste collected at the City’s HW facility.
Addendum issued to show revisions made to the pricing proposal section.
Up to 40 points may be awarded based on the evaluation of the proposer’s knowledge and prior experience. Evaluation will be based on relevant experience of key personnel based on resumes showing technical knowledge and experience. Evaluation will also be based on level of the firm’s previous projects of comparable complexity, scale and nature; training and proven expertise in the area of work required; experience in projects completed for public entities; and the firm’s proposed work plan.
Up to 30 points may be awarded for the lowest price, fixed or blended hourly rate or annual not to exceed fee listed separately for each contract term. The contractor’s overall cost proposal for the project should reflect cost effective work and services, including proposed HW facility disposal methods, health and safety records, staffing to check incoming loads, and licensed locations. Cost control, performance within budget allocations, prudent auditing practices, management, and clear and constant communication with City staff are essential to the success of this project. Brief descriptions of previous project experiences should be used as examples of how this was achieved with former clients, along with key examples of the firm’s accuracy in cost estimating.
Up to 20 points may be awarded based upon an evaluation of proposer’s work for previous clients receiving similar products and services to those proposed by the proposer for this project. Evaluation will be based on documented experience on similar projects. The contractor’s work shall be such as to ensure that the distinctive goals established for each component are met. Brief descriptions of previous project experiences should be used as examples of how quality control was achieved with former clients
Up to 10 points that may be awarded for relevant experience of key personnel based upon the resumes and experience narratives submitted. Staff certifications must be included. Assign points that may be earned by any proposer based upon qualifications of the project team, experience with similar projections, and the quality of responses to questions.
We hereby offer to sell the City of Santa Monica the material and/or service at the prices described herein and under the terms and conditions hereon or attached or referenced.
The Minimum Scope of Limits of Insurance can be found in the section titled Insurance Requirements.
Vendor shall procure and maintain for the duration of the Agreementinsurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Vendor, its agents, representatives, employees or subcontractors.
By confirming below, I declare under penalties of perjury that the forgoing certifications and assurances, any other statements made by me are true and correct.
The undersigned has checked carefully all of the documents contained in this Non-Discrimination Policy Acknowledgment.
I agree that the representations herein are made under penalty of perjury.
Only the successful bidder will be required to submit a payment bond, because the good or service exceeds $25,000. Please confirm your acknowledgement here.
Please enter payment discount terms; otherwise net thirty (30) days will apply if left blank
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
CITY OF SANTA MONICA OAKS INITIATIVE NOTICE
NOTICE TO APPLICANTS, BIDDERS, PROPOSERS AND OTHERS SEEKING DISCRETIONARY PERMITS, CONTRACTS, OR OTHER BENEFITS FROM THE CITY OF SANTA MONICA
Santa Monica’s voters adopted a City Charter amendment commonly known as the Oaks Initiative. The Oaks Initiative requires the City to provide this notice and information about the Initiative’s requirements. You may obtain a full copy of the Initiative’s text from the City Clerk.
This information is required by City Charter Article XXII—Taxpayer Protection. It prohibits a public official from receiving, and a person or entity from conferring, specified personal benefits or campaign advantages from a person or entity after the official votes, or otherwise takes official action, to award a “public benefit” to that person or entity. The prohibition applies within and outside of the geographical boundaries of Santa Monica.
All persons or entities applying or receiving public benefits from the City of Santa Monica shall provide the names of trustees, directors, partners, and officers, and names of persons with more than a 10% equity, participation or revenue interest. An exception exists for persons serving in those capacities as volunteers, without compensation, for organizations exempt from income taxes under Section 501(c)(3), (4), or (6), of the Internal Revenue Code. However, this exception does not apply if the organization is a political committee or controls political committees. Examples of a “public benefit” include public contracts to provide goods or services worth more than $25,000 or a land use approval worth more than $25,000 over a 12-month period.
In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Therefore, if you are seeking a “public benefit” covered by the Oaks Initiative, you must supply that information on the Oaks Initiative Disclosure Form. This information must be updated and supplied every 12 months.
Please download the below documents, complete, and upload.
CITY OF SANTA MONICA LIVING WAGE ORDINANCE
Certification for Providers of Services to the City of Santa Monica
(Fiscal Year 25/26 – September 8, 2025 through June 30, 2026)
TO BE COMPLETED BY ALL CONTRACTORS PROVIDING SERVICES TO THE CITY OF SANTA MONICA IN EXCESS OF $54,200
The City of Santa Monica Municipal Code Chapter 4.65, Living Wage Ordinance (LWO), establishes a Minimum Wage of $22.50 per hour for certain employees of contractors providing services to the City where services exceed $54,200 or more and requires that contractors also provide the same health care and other benefits to employees’ same sex spouses and domestic partners as are provided to other employees’ spouses.
An employee covered by the LWO is any person who does not actually work as a manager, supervisor, or confidential employee, and who is not required to possess an occupational license.
The Living Wage Ordinance applies the services sought pursuant to this bid and bidders are required to prepare and return the Living Wage Certification Form. If the bidder is selected, the bidder must maintain payroll records that include, at minimum, the full name of each employee providing services under the contract, job classification and rate of pay. Bids that fail to include Certification Forms may be considered non-responsive and excluded from further consideration.
Please prepare the following certification if you are a contractor engaging in a contract for services with the City of Santa Monica in excess of $54,200.
Your signature on this certification grants the City permission to review any and all payroll books and records and any company documents pertaining to the benefits offered to employees to assure your compliance with the LWO during the term of the contract.
Please direct any questions to:
City of Santa Monica Finance Department
Attention: Living Wage Compliance Section
1685 Main Street, Mail Stop 09
Santa Monica, CA 90401
You can also contact staff regarding living wage ordinance questions by e-mail at finance.mailbox@smgov.net or by phone 310-458-8281.
Proposers must answer these questions below. Note, the business license documentation is only required from the successful Proposer.
If YES, Vendor must have a City of Santa Monica Business License. Contact the Business License unit for the appropriate forms.
If NO, continue to next question.
If YES, Vendor must have a City of Santa Monica Out-of City Business License. Contact the Business License unit for the appropriate forms.
If NO, no license is needed.
Is the vendor located in or will the vendor come into the City of Santa Monica to conduct business,
then answer YES, and in addition to having a CITY OF SANTA MONICA BUSINESS LICENSE, Vendor will be required to have insurance (see Insurance Requirements Section for descriptions).
Please download the below documents, complete, and upload.
This is to certify that all requirements for insurance of subcontractors as specified have been met.
Please download the below documents, complete, and upload.
Is this bid for goods?
Is this bid for services?
Does this bid allow for subcontractors?
Is Living Wage Required? If not sure, then click here. There is the possibility that a Public Works bid still needs the Living Wage requirement in addition to the Prevailing Wage requirement. (Not that common, but is an option)
Will there be a Job Walk?
Are the Services over $10,000?
Is a contractor's license needed?
Please enter the Contractor License or licenses needed for this project. For example, "C33 - Painting and Decorating, C33 - Painting and Decorating Contractor". If none are needed, please leave blank.
Choose from the following contractual options
Does this project need a payment bond? If the good or services exceed $25,000 a payment bond is required
Q (No subject): What is the term of this contract?
A: 5 years
Q (No subject): What is the value of this contract?
A: This requires filing a Public Record Act Request.
Q (No subject): Who is the current/most recent contract holder?
A: This requires filing a Public Record Act Request.
Q (No subject): Can you share the current contract and the three most recent invoices?
A: This requires filing a Public Record Act Request.
Q (Previously awarded contract): Can you please provide the previously awarded contract?
A: This requires filing a Public Record Act Request.
Q (Section 5.7 New and Unused): Does this section apply to all supplies, including drums?
A: All supplies are to be new. For drums please refer to 4.2 Scope of Work.
Q (Pricing): The ITB states any minimum charges must be disclosed in advance and clearly itemized on each invoice. How should we include pricing minimums in our pricing proposal as there is no place to include notes in the portal?
A: A section for comments has been included in the Pricing Proposal section.
Q (No subject): 1. Can you confirm this service is not subject to Prevailing Wages?
A: Confirmed.
Q (No subject): 2. Will there be an opportunity for site visits?
A: No
Q (No subject): 3. Who is the current service provider?
A: This requires filing a Public Record Act Request.
Q (No subject): 4. What is the annual spend for the City under this contract?
A: This requires filing a Public Record Act Request.
Q (No subject): 5. For Door-to-Door collection services, is the waste to be brought back to the collection site or sent for disposal at the time of pickup?
A: Waste is sent for disposal at time of pickup.
Q (No subject): 6. What is the current staffing level during collection days at the PHHWF and what is the breakdown by contractor and City staff? For safety reasons, we require staff to work in pairs at a minimum.
A: Only one question per submittal is permitted.
Q (No subject): 7. Can the City provide the past 3 invoices from their Permanent Site as well as the past 3 invoiced from their Door 2 Door events?
A: This requires filing a Public Record Act Request.
Q (No subject): 8. How often does the waste from the permanent site need to be picked up?
A: Monthly
Q (No subject): 9. How often are the door 2 door collections done?
A: Monthly
Q (No subject): 10. Does the City elect to provide abandoned waste collection
A: Refer to section 4.2.3
Q (PaintCare): Which PaintCare location has been accepting the City's eligible waste paint?
A: 816 Pico Sherwin-Williams
Q (Fixed Pricing): For what period (month and year) must the pricing provided at the time of bid remain fixed?
A: For the term of the contract.
Q (Prevailing Wage): Does the payment of prevailing wages apply to this contract?
A: This service is not subject to prevailing wage.
Q (Contract Term): What is the term of the contract including any optional renewal years?
A: 5 years.
Q (HW Facility Collection Line Item 31, Minimum Service Charge): Under what scenarios will the Contractor be allowed to invoice using HW Facility Collection line item 31, Minimum Service Charge?
A: If there is a minimum service charge for any service performed including pick-ups, disposal, etc.
Q (HW Facility Collection Line Item 32, Additional Items Not Listed): How can a Bidder possibly enter a cost for HW Facility Collection line item 32 for unknown waste types? The bid specifications state that compensation for removal of unknown wastes would be on a quote basis (Ref. section 4.2, section 1.e).
A: Pricing proposal table has been revised.
Q (HW Facility Packing Line Item 17 (Oil Dry)): For HW Facility Packing Line Item 17, what is meant by "Oil Dry"?
A: Oil dry is clay granules used to absorb oils, mixtures of soluble oils, acids, paints, inks, water, and other liquids.
Q (HW Facility Packing Line Item 17 (Oil Dry)): For HW Facility Packing Line Item 17, what size bag of Oil Dry is required?
A: For the purpose of this bid, price a 28-quart bag.
Q (HW Facility Packing Line Item 24 (Virex TB Cleaner)): HW Facility Packing Line Item 24 (Virex TB Cleaner) has a unit of measure of "each". What size of container is required for "each"?
A: For the purpose of this bid, price a 32-oz bottle.
Q (HW Facility Packing Line Item 24 (Virex TB Cleaner)): What will Virex TB Cleaner (HW Facility Packing Line Item 24) be used for?
A: For disinfecting and cleaning hard, nonporous surfaces.
Q (HW Facility Collection Line Item 23 (Other Batteries)): For HW Facility Collection Line Item 23 (Other Batteries), what types of batteries will fall under this category?
A: Types other than alkaline, auto batteries, lithium batteries, ni-cad batteries, rechargeable batteries
Q (HW Facility Collection Line Item 28 (Solid Debris Contaminated)): For HW Facility Collection Line Item 28 (Solid Debris Contaminated), what types of contaminated debris might fall under this line item?
A: Rags, towels, clean up debris like sand, protective clothing
Q (HW Facility Collection Line Item 28 (Solid Debris Contaminated)): For HW Facility Collection Line Item 28 (Solid Debris Contaminated), what would the debris be contaminated with?
A: Rags, towels, clean up debris like sand, protective clothing
Q (HW Facility Packing Line Item 12 (Bioside)): For HW Facility Packing Line Item 12 (Bioside), what size container would fall under the unit of measure "each"?
A: For the purpose of this bid, price a gallon.
Q (HW Facility Packing Line Item 46 (Vermiculite Bag #3)): For HW Facility Packing is line Item 46 (Vermiculite Bag #3 per each) a duplicate of line item 24 (Vermiculite per bag)?
A: No.
Q (HW Facility Packing Line Item 46 (Vermiculite Bag #3)): For HW Facility Packing Line Item 46 (Vermiculite Bag #3) what size is required for the unit of measure "each"?
A: For the purpose of this bid, price a 4-cubic foot bag.
Q (HW Facility Packing Line Item 12 (Biocide)): For HW Facility Packing line Item 12, what is meant by "Biocide"?
A: Pesticides, preservatives, bactericides, fungicides, antiseptics, sanitizers and disinfectants. It's a chemical used to destroy harmful bacteria, viruses, etc.
Q (Estimated Quantities): Approximately how many containers will the Contractor be picking up for each monthly disposal service call?
A: The number can vary from month to month.
Q (Door to Door Collection): How will the Contractor be compensated for the equipment and labor required to make door to door collections since there are no associated bid line items provided?
A: Please refer to section 14. Pricing Proposal.
Q (Door to Door Collection): For Door to Door Collections will the Contractor be transporting the waste to the City HW Facility for sorting and packaging together with the facility waste?
A: No, waste is sent directly for disposal after pick-up.
Q (HW Facility Packing Line Item 1 (110 Gal Overpack)): For HW Facility Packing Line Item 1 (110 Gal Overpack), shouldn't this be for a 95 gallon overpack instead? 110 gallon is not a common size for an overpack container.
A: Revised 110gal overpack to 95 gallon overpack.
Q (Door to Door Collection Line Item 12 (Flammable Solids)): For Door to Door Collection Line Item 12 (Flammable Solids), are they "reactive" type flammable solids?
A: Many of them are reactive.
Q (Scope Flexibility): Is the City willing to accept bids for individual service components (e.g., Hazardous Waste Facility services only, or Door-to-Door HHW services only), or must bidders provide pricing and services for all components (mandatory and optional) to be considered responsive?
A: Please refer to section 4. Scope of Work
Q (Award Structure): Does the City intend to award a single contract for all services, or may multiple contractors be awarded for separate service components (e.g., facility services vs. door-to-door services)?
A: Please refer to section 2.1 Summary.
Q (Incumbent Information): Can the City provide the name of the current contractor(s) providing these services and the current contract term?
A: This requires filing a Public Record Act Request.
Q (Contract Value / Spend): Can the City provide the annual spend or estimated contract value for these services over the past three fiscal years?
A: This requires filing a Public Record Act Request.
Q (Disposal Pricing Structure): Should disposal, treatment, and recycling costs be included in the proposed pricing, or will these costs be treated as pass-through expenses?
A: Included
Q (TSDF Requirements): Are there any restrictions or pre-approved lists for Treatment, Storage, and Disposal Facilities (TSDFs), or may the contractor utilize their own approved network?
A: There are pre-approved lists from EPA and California.
Q (Door to Door Collection Line Item 31 (Vape Pens)): For Door to Door Collection Line Item 31 (Vape Pens) there is a great price difference when the battery is still attached to the vape liquid. Please revise the existing line item 31 to read "Vape Pens, Without Battery"; and add a separate line item for "Vape Pens, With Battery".
A: Pricing proposal table has been revised.
Q (Waste Profiles / Characterization): Will the City provide existing waste profiles and historical waste characterization data, or is the contractor expected to profile all waste streams?
A: Contractor is expected to profile all waste streams.
Q (Staffing Requirement Clarification): Is the required on-site staff (20–25 hours per week) considered a fixed requirement regardless of waste volume, or may staffing levels be adjusted based on actual service demand?
A: Staffing levels maybe adjusted based on demand.
Q (Door-to-Door Volume Expectations): Can the City provide a breakdown of door-to-door HHW service volumes (households served and pounds collected) by month or seasonality?
A: Please refer to section 2.2 Background.
Q (Abandoned Waste Frequency): How frequently has the City historically requested abandoned hazardous waste collection services, and what are the typical volumes?
A: Average three requests per month. Typical volumes are smaller and include items such as motor oil, paint cans, bulbs, and nitrous oxide cylinders.
Q (PaintCare Coordination): Will the City facilitate coordination with PaintCare, or is the contractor solely responsible for maintaining and managing PaintCare program compliance?
A: Please refer to section 4.3.4.B.
Q (Pricing for Unknown Waste): For unlisted or unknown waste streams, should contractors include a pricing methodology only, or will separate quotes be requested on a case-by-case basis?
A: Please refer to the Scope of Work 4.2
Q (Optional Services Utilization): Are the optional services (door-to-door and abandoned waste) expected to be utilized regularly, or only on an as-needed basis with no guaranteed minimum volume?
A: Please refer to section 2.2 Background.
Q (HW Facility Collection Line Item 10 (Compressed Gas Cylinders)): For HW Facility Collection Line Item 10 (Compressed Gas Cylinders), there is a stark difference in disposal cost for propane, acetylene, and fire extinguisher type of compressed gas cylinders. In order to provide the City with the best pricing please provide two additional line items--- 1) for acetylene (per each); and 1) for fire extinguishers (per each).
A: Pricing proposal has been revised.
Q (HW Facility Collection Line Item 4 (Aerosols)): For HW Facility Collection Line Item 4 (Aerosols) will these be flammable or non-flammable? If there is the possibility of encountering both types please add an additional line item with appropriate descriptions.
A: Most are flammable, there are very few non-flammable aerosols.
Q (Door to Door Collection Line Item 4 (Asbestos)): For Door to Door Collection Line Item 4 (Asbestos) will the asbestos be friable or non-friable type? If there is a possibility of encountering both types please add a separate bid line item with appropriate descriptions.
A: Pricing proposal has been revised.
Q (HW Facility Collection Line Item 7 (Asbestos) ): For HW Facility Collection Line Item 7 (Asbestos) will the asbestos be friable or non-friable type? If there is a possibility of encountering both types please add a separate bid line item with appropriate descriptions.
A: Pricing proposal has been revised.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.