Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2025-06-17; City Council; Resolution 2025-132
Exhibit 1 RESOLUTION NO. 2025-132 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH SCA OF CA, LLC TO PROVIDE CITYWIDE STREET SWEEPING SERVICES IN AN AMOUNT NOT TO EXCEED $1,221,676 FOR THE FIRST AGREEMENT YEAR WHEREAS, the City Council of the City of Carlsbad, California has determined that the City of Carlsbad requires the services of a street sweeping contractor; and WHEREAS, cooperative procurement of services is allowed pursuant to Carlsbad Municipal Code Section 3.28.100 when the Purchasing Officer determines it to be in the best interest of the city; and WHEREAS, in May 2024, the City of El Cajon evaluated responses to an Invitation to Bid, Bid No. 006-25 for street sweeping services; and WHEREAS, following a competitive bidding process, the City of El Cajon awarded a contract to SCA of CA, LLC, for street sweeping services in El Cajon; and WHEREAS, SCA of CA, LLC, has agreed to provide the city with citywide street sweeping services at the price established by the City of El Cajon agreement; and WHEREAS, by leveraging the City of El Cajon agreement, the city gained access to competitively priced street sweeping services without conducting a separate procurement process; and WHEREAS, the Purchasing Officer has determined it is in the city’s best interest to utilize cooperative purchasing for street sweeping services based on the price established by the City of El Cajon agreement; and WHEREAS, staff recommend awarding an agreement to SCA of CA, LLC in a not-to-exceed amount of $1,221,676 for the first year of the agreement, with three possible one-year extension options for a total of up to four years of service; and WHEREAS, the agreement allows for annual increases in the compensation for services to match the San Diego County Consumer Price Index, or CPI, up to a maximum of 5% per year, whichever is lower; and WHEREAS, upon the City Council’s approval of the fiscal year 2025-26 operating budget, sufficient funds will be available in the Transportation Department, Storm Water Division operating budget to fund this agreement for the initial agreement year; and June 17, 2025 Item #7 Page 4 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 WHEREAS, staff will terminate the current agreement with SCA of CA, LLC, upon execution of this agreement. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the City Council has determined the proposed action is not a “project” as defined by the California Environmental Quality Act (CEQA) under California Public Resources Code Section 21065 and CEQA Guidelines Section 15378(a) and does not require environmental review under CEQA Guidelines Section 15060(c)(2) because the action is limited to street sweeping services. The action has no potential to cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. 3.That the Mayor is authorized and directed to execute the agreement (Attachment A) with SCA of CA, LLC, to provide citywide street sweeping services in an amount not to exceed $1,221,676 for the first year of the agreement. 4.That the City Manager, or designee, is authorized to execute subsequent one-year extensions for up to a total of four years of service, if funds are available for those years. 5.That the City Manager, or designee, is authorized to terminate the current agreement with SCA of CA, LLC, upon execution of this agreement. June 17, 2025 Item #7 Page 5 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 17th day of June, 2025, by the following vote, to wit: AYES: Blackburn, Bhat-Patel, Acosta, Burkholder, Shin. NAYS: None. ABSTAIN: None. ABSENT: None. ______________________________________ KEITH BLACKBURN, Mayor ______________________________________ SHERRY FREISINGER, City Clerk (SEAL) June 17, 2025 Item #7 Page 6 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN Page 1 City Attorney Approved Version 5/22/2024 MAINTENANCE SERVICES AGREEMENT WITH SCA OF CA, LLC THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2025, by and between the City of Carlsbad, California, a municipal corporation ("City") and SCA of CA, LLC, a Delaware limited liability company ("Contractor"). RECITALS A.City requires the services of a contractor that is experienced in street sweeping services (“Services”). B.Contractor has the necessary experience in providing the Services. C.The City of El Cajon entered into an agreement with Contractor on September 6, 2024, after issuing an “Invitation to Bid for Street Sweeping Services for the Cities of El Cajon, Del Mar, and Solana Beach”, Bid Number: 006-25. D.Carlsbad Municipal Code Section 3.28.100 (Cooperative Purchasing) provides that the purchasing officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. E.Contractor has agreed to extend the same pricing in the Agreement with El Cajon, to the City of Carlsbad. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those Services described and delineated in Exhibit “A”, and in the Public Works Contract Between El Cajon and SCA of CA, LLC (Bid No. 006-25), which is provided in its entirety as Exhibit "B" and incorporated by this reference except for the following: Paragraph 1(c), Paragraph 2(a)-(b), Paragraph (3), Paragraph (6)(c), Paragraph 26, Paragraph 27, Paragraph 29(b)(v)-(vi), and Attachment A. Any ambiguity, conflict or inconsistent between this Agreement and the Exhibits shall be resolved in the following order of precedence: (1) this Agreement, (2) Exhibit A, and (3) Exhibit B. 2.TERM The term of this Agreement will be effective from the date first above written until June 30, 2026. The City and Contractor may mutually agree to renew from year to year thereafter for three (3) additional one-year periods unless earlier terminated. 3.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall be $52 per curb mile for routine street sweeping services, $.0010 per square foot for routine parking lot sweeping services, and $195 per hour for special or emergency street sweeping services, not to exceed one million two hundred twenty-one thousand six hundred seventy-six ($1,221,676) dollars for the first Agreement year. An annual increase to the Agreement is based on the preceding 12-month percentage change in the Consumer Price Index, San Diego Area as reported by the Bureau of Labor Statistics or 5.0%, whichever is lower. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C Attachment A June 17, 2025 Item #7 Page 7 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 June 20th MSA25-3855TRAN Page 2 City Attorney Approved Version 5/22/2024 4. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 5. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 6. PUBLIC WORKS 6.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 8 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN Page 3 City Attorney Approved Version 5/22/2024 said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number, including submitting the form provided in Exhibit “C”. 7. CITY BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 8. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Dmitry Johnson Name Tyler Haskell Title Public Works Supervisor Title District Manager Dept Transportation Address 16251 Construction Circle W. CITY OF CARLSBAD Irvine, CA 92606 Address 405 Oak Avenue Phone 949.491.2772 Carlsbad, CA 92008 Email thaskell@sweepingcorp.com Phone 760.801.6548 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 9. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ 10. AIR QUALITY Contractor must fully comply with all applicable laws, rules and regulations in furnishing equipment and/or providing services, including but not limited to emissions limits and permitting requirements imposed by the California Air Resources Board (“CARB”). Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 9 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 4 10.1 Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the CARB’s Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 10.2 Contractor shall specifically be aware of the CARB limits and requirements applicable to “portable equipment,” which definition is considered by CARB to include any item of equipment with a fuel-powered engine. Contractor shall indemnify City against any fines or penalties imposed by CARB or any other governmental or regulatory agency for violations of applicable laws, rules and/or regulations by Contractor, its subcontractor, or others from whom Contract is responsible under its indemnity obligations under this Agreement. 11. WATER QUALITY 11.1 Management and Compliance. To the extent applicable, Contractor's Services must account for, and fully comply with, all local, state and federal laws, rules and regulations that may impact water quality compliance, including, without limitation, all applicable provisions of the Federal Water Pollution Control Act (33 U.S.C. §§ 1300); the California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-14950); laws, rules and regulations of the Environmental Protection Agency and the State Water Resources Control Board; the City's ordinances regulating discharges of storm water; and any and all regulations, policies, or permits issued pursuant to any such authority regulating the discharge of pollutants, as that term is used in the Porter-Cologne Water Quality Control Act, to any ground or surface water in the state. 11.2 Liability for Non-Compliance. Failure to comply with the laws, regulations and policies described in this Section is a violation of law that may subject Contractor or City to penalties, fines, or additional regulatory requirements. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from and against any and all fines, penalties, claims or other regulatory requirements imposed as a result of Contractor's non-compliance with the laws, regulations and policies described in this Section, unless such non-compliance is the result of the sole established negligence, willful misconduct or active negligence of the City, its officials, officers, agents, employees or authorized volunteers. 11.3 Training. In addition to any other standard of care requirements set forth in this Agreement, Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them without impacting water quality in violation of the laws, regulations and policies described in this Section. Contractor further warrants that it, its employees and subcontractors will receive adequate training, as determined by City, regarding the requirements of the laws, regulations and policies described in this Section as they may relate to the Services provided under this Agreement. Upon request, City will provide Contractor with a list of training programs that meet the requirements of this paragraph. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 10 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 5 12. JURISDICTIONS AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 13. NO ATTORNEYS FEES OR COSTS Except as otherwise specifically provided in this Agreement, if there is any litigation, mediation, arbitration or other dispute resolution proceedings arising out of this Agreement, each Party shall for its own attorney(s)’s and other professional(s)’ fees, costs and expense. IN WITNESS WHEREOF, the Parties have executed this Agreement on the date first written above. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California SCA of CA, LLC, a Delaware limited liability company By: By: (sign here) KEITH BLACKBURN, Mayor Jonathan David Sisler, Managing Member ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: MORGEN FRY, Assistant City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: _____________________________ Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 11 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 6 EXHIBIT “A” SCOPE OF WORK SPECIFICATIONS STREET SWEEPING SERVICES SCOPE OF REQUIRED SERVICES The Contractor shall provide professional sweeping services to the City of Carlsbad, including roadway sweeping, curb and median sweeping, parking lot sweeping, , and special and emergency sweeping services required to maintain City streets and assets in a safe and attractive condition. The Contractor shall perform and complete sweeping services in a thorough and professional manner, and shall provide all labor, tools, equipment, vehicles, materials, and supplies necessary to complete the work according to generally accepted industry practices and standards. The Contractor shall sweep in accordance with the schedules established herein, and in a timely manner that will meet the City's requirements. The Contractor will legally dispose of all refuse and debris collected by its street sweeping operations within the City of Carlsbad by dumping such daily debris at the City's Contract Palomar Transfer Station. The specifications contained herein are designed to establish an effective, efficient, and safe system of street and parking lot sweeping (et al.) that provides for the following intended purposes: 1. Scheduling Requirements Contractor shall follow the sweeping schedules provided by City. At no time shall the sweeping schedule be changed, modified or otherwise updated without prior approval from the City's designated representative. Contractor shall conform to sweeping schedules established herein, unless alternative schedule(s) is approved in advance by the City's designated representative. Contractor shall arrange residential sweeping routes to sweep areas adjacent to schools during times of least traffic and parked vehicles, i.e. early morning. Unless approved by the City's designated representative. Contractor shall not sweep areas adjacent to school areas during regular school hours. Mechanical failures or personnel issues shall not be acceptable reasons for Contractor's failure to comply with its obligation and schedule established herein. The City may reschedule streets service day(s) and or times at no additional cost if the request is within five (5) days hours of the original schedule. City's designated representative will coordinate sweeping days and time changes with Contractor to consider route efficiencies where possible. 2. Parking Lots Contractor shall follow the parking lot sweeping schedules included herein. At no time shall the sweeping schedule be changed or modified without prior approval from the City's designated representative. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 12 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 7 3. Hours and Days of Maintenance Services Sweeping operations shall be conducted during hours that increase the benefit of the program. Residential shall be swept between 7 a.m. and 5 p.m. Commercial, industrial, arterial, medians and downtown area shall be swept between the hours of 3 a.m. and 6 a.m. The exception to normal working hours will not be allowed without prior authorization from the City's designated representative. The Contractor is required to notify the City with a minimum of a seventy-two (72) hours' notice prior to commencing the work outside of normal business hours. 4. Holidays No sweeping shall occur on City-observed holidays, unless approved in writing and in advance by the City's designated representative. The Contractor will observe the City recognized holidays on a yearly basis and no deduction in payment for services not provided on such holidays shall be made. Sweeping Services shall be provided on all holidays that the City provides refuse/recycle services. If a conflict results between the sweeping day and trash service day, at no additional cost to the City, the City may temporarily reschedule the sweep day to an alternate day (including Saturdays). The alternate day shall be one week before or one week after the trash service conflict. 5. Inclement Weather Conditions During inclement weather a two-hour standby period between 7:00 a.m. and 9:00 a.m. will be observed before a scheduled residential route will be canceled. A scheduled sweep shall not be canceled for inclement weather by the Contractor without approval of the City's designated representative. When inclement weather, in the opinion of the City's designated representative, prevents adherence to the regular sweeping schedule, the Contractor shall perform all extra work resulting from such inclement weather cancelations, during the next regularly scheduled route. Contractor shall provide City credit for the work not performed in accordance with the rates specified herein. 6. Special Street Sweeping Occasional special sweeping will be required by the Contractor to include: add-on scheduled and non- scheduled street sweeping of special events, spills, and unusual conditions or any other sweeping requested by the City not included in routine/scheduled sweeping. Special sweeps are to be completed during an agreed upon day and time. Billing for special sweeps is based on an hourly rate stated herein, with sweeper travel time not to exceed 20 minutes each way (if required). If special sweeping is requested during a regularly scheduled sweeping route time, the street sweeper shall temporarily postpone the regular scheduled sweeps and respond to the special sweep request. Scheduled sweeps will resume once special sweep has been completed. 7. Emergency Sweeps Occasional sweeping will be required by Contractor to include non-hazardous spills, accident clean-ups, and unusual conditions which would require after-hour, weekend, and holiday responses. On-site responses to emergency sweeps shall be within one (1) hour of notification by City. Contractor shall provide City with name and phone number of contact supervisor for after-hour emergency sweeps. Billing for emergency sweeps is based on an hourly rate stated herein, with travel time included not to exceed 20 minutes each way (if required). Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 13 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 8 8. New Services In the event the City desires to extend the street sweeping program to include new streets, alleys, or public parking lots constructed after the effective date of this agreement, the contractor shall be paid monthly at the appropriate curb mile rate identified in the cost of services. 9. Re-Sweeps Re-sweeps are those required by the Contractor when, after inspection are deemed by the City's designated representative not to meet stated performance standards, or when a street or section has been missed during the regularly scheduled street sweeping. Re-sweeps shall be completed at no additional cost to the City. Re-sweeps shall be completed prior to 7 a.m. of the following day after the Contractor is notified by the City's designated representative. Contractor shall notify City when any re-sweeps are completed so the City's designated representative may inspect and verify work. When observed violating the foregoing on multiple occurrences, the Contractor will be notified in writing by the City's designated representative. The Contractor shall respond within five (5) days with a written plan stating how compliance to the contract requirements will be achieved. If the selected Contractor violates the same specifications within a 30-day period, the City shall have the right to withhold payment of $300.00 (per violation) from the subsequent invoice following the month the violation occurred or went unresolved. 10. Equipment Sweeping shall be conducted by either mechanical broom sweeper, vacuum sweeper or combination sweepers. Mechanical broom sweepers may be approved by the City's designated representative for certain heavy sweeping areas. 11. Alternative Fuel Vehicles and Use of Reclaimed/Recycled Water All street sweepers utilized in this contract must be alternative fuel vehicles, fueled by compressed natural gas (CNG) or propane (or other fuel identified as low to zero emissions) within the first three years of the contract execution date and will continue thereafter. 50% of the street sweeper fleet shall meet this alternative fuel requirement at the start of the contract. Rail trail and sea wall vehicles may be excluded from the alternative fuel requirements per approval of the City's dedicated representative. The City may require street sweepers be equipped to work with both recyclable and domestic (potable) water. If recycled water is required, the use of reclaimed/recycled water shall be priority while performing daily operations when supply locations are available and within a half (.5) mile of any part of an existing sweeping route. Use of recycled water must be permitted by the City prior to sweeper use. All Federal, State and local regulations, including, but not limited to SCAQMD Rule 1186.1 shall be adhered to by the Contractor. 12. Sweeping Practices and Standards of Performance A. Areas of the Street to be Swept Sweep locations include but not limited to: curb lines along both sides of the roadway, edge of pavement on streets where curbs are not present, alleys (as requested), curb lines along raised medians (once a month or as needed): all portions of painted medians (once a month or as needed); intersections (as needed); and any roadway "dead spots" (as Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 14 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 9 needed). While Contractor is normally responsible for sweeping a minimum of eight (8) foot clearing strip (sweeper width), curb to curb sweeping or a portion of it may be needed at some locations and will be provided by the Contractor at no additional cost when conducted need is identified and is as part of the normal route. City parking lots, maintenance yards, lower sea wall and Coastal Rail Trail shall be swept in entirety. B. Flow of Traffic Sweeping shall be accomplished in the same direction as traffic flow at all times while sweeping all streets and alleys. C. Warning Devices When sweeping, the vehicles shall be equipped with sufficient warning devices to provide a safe condition for driver and all other persons and will meet all current State of California vehicle requirements. D. Sweeping Speed Sweeping speed shall be adjusted to each type of street for safety and effectiveness, with a maximum speed ranging between five (5) miles per hour (MPH) and eight (8) MPH while sweeping, or at speeds that effectively clean per the sweepers manufactures specifications and results in effective cleaning. City streets swept while driver exceeds the above stated speeds shall be re-swept in their entirety by Contractor, at Contractor's expense. E. Extra Effort While street sweeping shall normally consist of a single pass over an area, the Contractor shall make additional passes, or such extra effort as may be required to adequately clean the street. Heavy debris such as accumulated silt, compacted dirt, leaves and similar debris shall be removed by sweeper unless the removal cannot be accomplished without damage to the equipment or inflicts personal injury. Extra effort shall be required when street debris is moved by the sweeper to an area outside the normal sweeping path along the curb line, at intersections and cross drains. Extra effort shall be required when sweeping equipment leaves a dirt/silt smear in its swept pathway. Extra effort will be strictly enforced during and after windy conditions and storm weather. The cost of any extra effort shall be included in the Contract cost per curb mile. F. Obstructions Non-swept or items that cannot be swept such as tree limbs, palm fronds, rocks, trash, and debris shall be removed from the sweeping path by the sweeping operator rather than going around. Larger obstructions such as impaired vertical and/or horizontal clearances by tree limbs, construction or landscaping debris, etc., shall be immediately reported to the City when the location cannot be swept. Repeated failure to provide this information will be grounds for unsatisfactory performance. Contractor may go around heavy/large amounts of homeowner landscaping debris, landscape company debris or construction debris only when all of the following conditions are met: i. Source of debris is obvious and not natural accumulation. Debris should be bagged and/or disposed of by responsible party. ii. Contractor notifies City's designated representative within 24 hours. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 15 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 10 Contractor is not responsible for areas missed because of parked vehicles and other personal property such as.basketball standards and skateboard ramps, unless easily removed from the sweeping pathway, such as toys and bicycles. The Contractor shall notify the City's designated representative of any items that restrict him from sweeping the area. G. Level of Cleanliness Contractor shall remove all loose debris obstructions and material normally picked up and removable by a fully operational street sweeper. This includes, but is not limited to: sand, gravel, glass, nails, bottles, cans, leaves, silt, mud, and litter. Debris swept onto residential and arterial driveway aprons, sidewalks, and access ramps will require additional passes by the sweeper operator. If debris cannot be re-swept, the driver/sweeping Contractor shall be responsible for the manual clean-up. Clean-up will be completed at time of occurrence at the Contractor's expense. H. Notification of Non-Sweeping Contractor shall provide the City's designated representative, on all sweeping days, a list of all streets not swept when regular sweeping schedule is interrupted by inclement weather, obstructions, and/or street repairs. The Contractor shall deduct said streets and mileage from the sweeping billing for that day. Notification of Non-Sweeping shall provide the list of streets not swept, to the City's designated representative by email by the end of the same work day. 13. Competent Supervisor and Project Manager The Contractor shall always have competent working supervisors assigned to this contract when work is being performed. Each supervisor must be capable of communicating effectively both in written and oral English, and hold the necessary certifications or credentials as described for that position. All supervisors must possess adequate technical background to ensure that all work is accomplished per provisions of this Contract. Contractor is required to have a competent Project Manager available by telephone during both normal and non-normal work hours that is assigned to provide direct and prompt attention to requests from the City or in case of an emergency. 14. Qualified Staff Contractor shall employ sufficient personnel qualified by reason of education, training, and experience to discharge the services agreed to be performed by Contractor. Contractor shall provide service of the highest quality at all times, and personnel retained to perform this service shall be temperate, competent, and otherwise fully qualified to fulfill the Contractor's obligations under the Contract. Contractor's drivers of street sweepers shall maintain good safety and driving records and use extreme caution during sweeping operations. 15. Uniforms All employees of Contractor performing services shall appear neat and well-groomed at all times. All shirts, jackets or safety vests shall be clearly marked with company identification and the name of the employee wearing the uniform in the field. Contractor employees shall wear appropriate safety gear as required by any applicable laws. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 16 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 11 16. Knowledge, Skills, and Abilities The Contractor's employees shall be subject to the following minimum knowledge, skills, abilities, and requirements: A. The proper license to operate equipment; B. Ability to operate and maintain equipment in accordance with the manufacturer's recommendations; C. Mechanical ability to make required operator adjustments to the equipment being used; D. Knowledge of safety regulations as they relate to maintenance services and traffic control; and E. Ability to speak and read effectively in English. 17. Clean Worksite Upon completion of work on individual street segments that are under the Contract, the Contractor shall assure the area is clear of all rubbish, excess materials, and equipment. All sections of the work area shall be left in a neat and presentable condition. Care should be taken to prevent spillage on streets over which work, or hauling is done, and any such spillage or debris deposited on street due to Contractor operation shall be cleaned up immediately, at the Contractor's expense and at no time shall the City be billed for such clean-up. 18. National Pollutant Discharge Elimination System (NPDES) Requirements Contractor shall demonstrate to the satisfaction of the City that contract performance meets all applicable Federal and State NPDES waste discharge permitting requirements. Contractor shall comply with applicable Stormwater pollution prevention best management practices (BMP) standards including City of Carlsbad guidelines and regulations. Contractor shall comply with all requirements of NPDES permits including preparation and submittal to the City or other agencies, of the monthly report which includes information regarding quantity of material picked up during the sweeping process. Sweeping is being performed in part, so the City will comply with NPDES permit requirements. The permit seeks to control pollutants reaching bodies of water. To comply with NPDES permit requirements, the Contractor shall submit to the City monthly a written report which shall identify the equipment used and the quantity of material collected during the sweeping process. Each monthly report shall identify sweeper debris by the total amount of weight delivered to the Palomar Transfer Station. The Contractor shall report to the City evidence of illegal and improper dumping as it is identified and within the monthly report. Illegal and improper dumping reports shall include the date the discovery, approximate location, and a general description of the material including volume or weight measure of removed debris. Contractor shall report information as noted by the sweeper operator regarding the condition of streets, catch basins, tree problems, and vehicle parking. No sweeper debris shall be dumped on any City public street or public rights-of-way. 19. Equipment A. Equipment Requirements The type of equipment used by Contractor shall be equipped in accordance with all applicable laws and be certified by the Air Quality Management District as meeting the Rule 1186 sweeper certification procedures and requirements for PM10 efficient sweepers. The quality of the equipment used by Contractor for sweeping shall be sufficient to perform the work herein within the hours of work specified herein. All sweepers used in the City of Carlsbad Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 17 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 12 shall not be older than four (4) years (from original manufacture date) during the first year of the contract and shall not be older than seven (7) years during the final optional renewal period of this Contract. Sweepers shall be equipped with dual gutter brooms. Upon request, the Contractor is to provide the manufacturer specification sheets for any equipment used during the effort to fulfill the Contract. All sweepers shall be regenerative air sweepers and have a minimum hopper capacity of five (5) cubic yards. Vacuum sweepers may be authorized if pre- approved by the City's designated representative. During and after inclement weather, mechanical broom or approved equivalent sweepers may be required by the City to sweep the City streets rather than using regenerative air sweepers as deemed necessary by the City on a daily basis. All sweeping equipment used by Contractor shall have the same curb mile cost. If City determines in its sole discretion that the equipment used by Contractor cannot or does not perform the services required of the Contractor to meet the City's expectation of quality, the City may require Contractor to use equipment which does meet City's quality expectation and Contractor shall use such new equipment as soon as practicable but not later than thirty (30) days following City request. B. Equipment Identification All vehicles shall have safety features, shall be painted a neutral uniform color (to be approved by City); be maintained in a neat, clean, and orderly manner; shall be in good working order; and shall bear in legible letters the Contractor's name, license number, and phone number. The City may reject any vehicle or piece of equipment and order it removed from the job site for failure to comply with this section. C. Communication All Contractor personnel and units shall have a cell phone. Phone numbers shall be provided to the City's designated representative for communication prior to beginning of contract, and anytime a phone number is changed, City shall be notified immediately with the new number. D. Global Positioning System (GPS) Tracking All primary street sweepers shall have installed a GPS that will enable the City to view via computer internet where the sweepers are at all times. The cost of the entire GPS system will be the responsibility of the selected vendor and the system must be capable of the following: • The system shall be internet based and the selected vendor shall provide to the City a minimum of two (2) accounts to have full access to the site. • The system shall be capable of gathering and reporting the following real time data; speed, direction, location on a map, address, distance traveled, brooms up or down water on or off. The sweepers' path of travel superimposed on a map. Generating an email alert whenever sweeper speeds exceed 5 mph or sweeper non- movement for periods in excess of one hour. Generating daily reports of sweeper activity including the previously required elements. Maintaining the data for a period of 90-days, after which data will be downloaded to the City for storage. Two-way voice or text messaging communication between the City and the individual sweepers must be Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 18 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 13 available. GPS system must be up and running within 30 days of signing the agreement. E. Maintenance of Sweepers/Equipment Equipment shall be maintained both visually and operationally in good condition. Paint and body of sweeper shall be maintained in good condition with no visible rust or body damage. Vehicle engine shall be routinely maintained as to ensure a high level of service during all sweeping operations and must comply with all State of California Department of Motor Vehicles, Cal/OSHA, and all other applicable standards required by Federal, State, County, and City regulations. All sweepers shall maintain brushes and brooms in proper condition and shall replace them as recommended by the manufacturer, or when effective sweeping becomes impaired. 20. Disposal of Refuse and Debris and Use of Transfer Site Contractor shall legally dispose of all refuse and debris collected by its street sweeping operations. Waste generated within the City can be disposed of at the Palomar Transfer Station. Any transfer sites required by the Contractor shall be approved by the City and shall not be stored over 12 hours. At the end of each month, the Contractor shall provide the Superintendent a report depicting the sum of all debris/refuse collected, as well as the time, location, name, address of the lawful disposal site. NOTE: See also Section 17. National Pollution Discharge Elimination System (NPDES) Requirements below for additional monthly debris/refuse reporting requirements. 21. Safety Requirements The Contractor shall conduct all work outlined in the Contract in such a manner as to meet all accepted standards for safe practices during the operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work and agrees additionally to accept the sole responsibility for complying with all City, County, State, Federal or other legal requirements. 22. Traffic Control The Contractor shall be responsible for traffic control and safety regulations as related to any City, State, County or Federal requirements while working in the public right-of-way or on any City project. The design and operation of work zone traffic controls must comply with US Department of Transportation/Federal highway Administrative guidelines and any City, County or State supplements guidelines and/or regulations and laws. All operations will be conducted by the Contractor to provide maximum safety for the public according to the most recent edition of the Manual on Uniform Traffic Control Devices (MUTCD) and any California supplements to the MUTCD and any local regulations. Where work is in progress, each street shall be open to local traffic at all times unless prior arrangements have been made and approved by the City's designated representative. The Contractor shall display standardized warning signage when controlling traffic around any area used for staging or working in any area that is subject to pedestrian or vehicular traffic. At no time shall traffic be permitted to enter, or operations allowed to continue, in any work zone that presents a dangerous condition to pedestrian and/or vehicular traffic. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 19 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 14 The Contractor may be required to submit a traffic control plan to the Engineering Department as directed by the City's designated representative. 23. Utility Coordination The Contractor shall recognize the rights of utility companies within the public right-of- way or on any City project and their need to maintain and repair their facilities. The Contractor shall exercise due and proper care to prevent damage to utility facilities and to adjust schedules when utility operations prevent the Contractor from maintenance during a specified time frame. No additional compensation will be allowed for complying with these requirements. Contractor shall notify the City's designated representative of any utility that is disturbed or damaged and shall contact the appropriate utility to arrange for repair. 24. Water/Water Districts Water shall be used during all sweeping operations to minimize dust "except" when requested "not to be utilized" by the City's designated representative. The Contractor shall make all necessary arrangements through the three water districts that serve Carlsbad, Carlsbad Municipal Water District, Olivenhain Municipal Water District and Vallecitos Water District, to obtain and pay for water necessary for all sweeping services and operations during the course of fulfilling the contractual obligations herein. 25. Authority and Inspections A. The City's designated representatives shall, at all times, have access to the work and shall be furnished with every reasonable facility for acquiring full knowledge with respect to the progress, workmanship and characters of materials and equipment used and employed in the work. Whenever the Contractor varies the period during which work is carried out, they shall give due notice to the City's designated representative so that property access for inspection may be provided. Any inspection of work shall not relieve the Contractor of any obligations to fulfill the Contract as prescribed. Any and all questions regarding the performance of the work shall be directed to the City's designated representative. B. If it appears that the work to be done or any matter relative thereto is not sufficiently detailed or explained by the specifications, the Contractor shall apply to the City's designated representative for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the Contract so far as may be consistent with the intent of the original requirements. C. All work shall be completed to the satisfaction of and under the supervision of the City's designated representative. Failure to comply with any requirement contained herein may result in suspension of work without time extension or termination of Contract. Inspection of work will be done by the City's designated representative during the performance of work or when deemed necessary. D. If any portion of the work done under the Contract proves defective or not in accordance with the specifications, and if the imperfection ls not of sufficient magnitude or importance to make the work dangerous or undesirable, the City's designated representative shall have the right and authority to retain the work, but he/she may make such deductions in the payment due the Contractor as may be just and reasonable. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 20 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 15 Any work which is defective or deficient in any of the requirements shall be remedied by the Contractor in an acceptable manner and within a reasonable amount of time as determined by the City, at the Contractor's own expense. 26. Quantities/Minor Modifications and/or Additional Work The City reserves the right to increase or decrease the quantity of any item(s) or portion(s) of the work described in the requirements or specifications or the scope of services form or to omit portions of the work so described as may be deemed necessary or expedient by the City's designated representative (e.g. adding or removing streets) and the Contractor shall agree not to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any kind of work to be done. The City shall reduce the price accordingly. Alterations, modifications or deviations from the work described in this document shall be subject to prior written approval of the City's designated representative (i.e. an amendment to the contract). Any price adjustments shall be made by mutual consent of the City and Contractor. Should a change or extra work be found necessary by the City's designated representative, all changes and extra work shall be performed at the same unit price of any cost item listed. If the work is not listed as an item in the cost and scope of services, the Contractor shall submit a fair cost for the work to be performed and an amendment authorization, in writing, will be issued by the City. 27. Meetings Contractor must attend progress meetings with the City's designated representative(s) as required and scheduled by the City (maximum of 12 per year). 28. Reporting and Record Keeping Contractor will provide monthly reports to City including: A. Summary of all work completed, and date/time performed, miles swept for each route (number) by day with estimated total cubic yards of debris collected by route daily and monthly for all routes/work performed and shall submit said report with invoice. B. Documentation of any significant problems encountered or issues arising during the sweeping time period. 29. Withholding Payment The City may withhold payment to such extent as may be necessary to protect the City from loss due to one or more of the following reasons: A. Defective, unsatisfactory or inadequate work not corrected. B. Claims filed, or reasonable evidence indicating probable filing of claims. C. Failure of the Contractor to make proper payments to subcontractors for materials or labor. D. A reasonable doubt that the contract can be completed for the balance unpaid. E. Damage that resulted from an incident involving property damage. 30. Stop Work / Termination of Agreement A. If the Contractor, after having officially commenced work on said Contract, should discontinue work for any cause, he/she shall notify the City's Designated Representative of the intent to do so, and shall further notify of the date for restarting operations. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 21 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 16 B. The City, at the discretion of the City's Designated Representative, may require the Contractor to Stop Work if any condition presents an unreasonable liability to the City, until such time as the condition is corrected to the satisfaction of the City. C. In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City at the address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering ninety (90) days written notice to Contractor. Contractor may terminate this Agreement by tendering ninety (90) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 31. Risk Management Maintenance services are controlled tasks. At no time should work be performed so as to result in a loss of control incident (e.g. weed removal equipment throwing material into vehicles and pedestrians, the lack of safety apparatus/equipment guards, improper use/loading of equipment). Failure to maintain control at all times is dangerous and can result in serious injury. A loss control incident will not be tolerated and may result in termination of this Contract. The Contractor shall be responsible for mitigating any damage related to a loss of control incident. 32. Investigation Contractor shall cooperate fully with the City in the investigation of any accident, injury or death occurring on City property or while in the performance of work based on the contract, including a complete written report submitted to the City's Designated Representative within twenty-four (24) hours following the occurrence. Should any structure or property be damaged during permitted or contracted maintenance services, the persons conducting the work shall immediately notify the proper owners or authorities. Repairs to property damaged by the responsible party shall be made within forty- eight (48) hours, except utility lines, which shall be repaired the same working day. Repairs on private property shall be made in accordance with the appropriate building code under permits issued by the City of Carlsbad. Any damage caused by the permitted or contracted persons shall be repaired or restored by them at their expense to a condition similar or equal to that existing before such damage or injury, or they shall repair such damage in a manner acceptable to the City. The Contractor's responsibility shall be continuous and not be limited to working hours or days. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 22 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 17 33. Work Quality & General Standards All work as part of this contract shall comply with good maintenance practices for the particular work being performed and shall be consistent with accepted standards for municipal street sweeping. The City's designated representative shall determine if the Contractor has met all requirements set forth in this Contract, and payment shall not be made for work that is not in accordance with the above standards. The Contractor shall be deemed in contract default if they consistently fail to comply with the contract standards. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 23 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 18 Residential Sweeping Schedule Street/Location Schedule Abanto Street 2nd and 4th Friday Abedul Place 2nd and 4th Friday Abedul Street 2nd and 4th Friday Abejorro Street 2nd and 4th Friday Abelia Avenue 1st and 3rd Friday Aberdeen Court 2nd and 4th Friday Acacia Avenue 1st and 3rd Tuesday Acuna Court 2nd and 4th Friday Adams Street (indention denotes specific street segment) Basswood to Chestnut 1st and 3rd Wednesday Tamarack to Park 2nd and 4th Tuesday Tamarack to Chestnut 2nd and 4th Wednesday Adobe Springs 2nd and 4th Monday Afton Way 1st and 3rd Wednesday Aircraft Road Private road Alander 2nd and 4th Thursday Aldea Place 1st and 3rd Monday Alder Avenue 2nd and 4th Wednesday Alga Road Melrose to Camino de Amigos 1st and 3rd Friday Alicante Road 2nd and 4th Friday Almaden Lane 2nd and 4th Friday Alondra Way 2nd and 4th Thursday Althea Lane 2nd and 4th Wednesday Altisma Way 2nd and 4th Friday Altiva Place 2nd and 4th Friday Alverton Drive 2nd and 4th Friday Alyssum Road 1st and 3rd Friday Amante Court 1st and 3rd Friday Amargosa Drive 2nd and 4th Monday Ambrosia Lane 1st and 3rd Friday Amber Lane 2nd and 4th Friday Ames Place 1st and 3rd Thursday Ammonite Place 2nd and 4th Friday Anatra Court 1st and 3rd Friday Anchor Way 1st and 3rd Tuesday Adrea Avenue 2nd and 4th Wednesday Anillo Way 1st and 3rd Monday Ann Drive 1st and 3rd Wednesday Anta Court 2nd and 4th Friday Antelope Street 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 24 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 19 Appian Road 1st and 3rd Thursday Arapaho 2nd and 4th Thursday Arbor Rose Drive 2nd and 4th Friday Arbuckle Place 1st and 3rd Tuesday Arbusto Court 2nd and 4th Monday Arches Way 2nd and 4th Friday Arenal Road 1st and 3rd Friday Argonauta Street 2nd and 4th Friday Argonauta Way 2nd and 4th Friday Arland Road 1st and 3rd Wednesday Armada Drive 2nd and 4th Tuesday Arundel Avenue 2nd and 4th Friday Ascot Avenue 2nd and 4th Friday Ashberry Road 2nd and 4th Monday Ashby Court 2nd and 4th Thursday Aster Place 1st and 3rd Friday Aston Avenue 2nd and 4th Wednesday Astoria Street 2nd and 4th Friday Atadero Court 2nd and 4th Monday Athens Way 1st and 3rd Thursday Auburn Avenue 1st and 3rd Thursday Auden Place 2nd and 4th Monday Aura Circle 2nd and 4th Thursday Auto Center Court 2nd and 4th Tuesday Avalon Avenue 1st and 3rd Thursday Avena Court - East End 1st and 3rd Friday Avenida Amapola 2nd and 4th Friday Avenida Anacapa 2nd and 4th Monday Avenida Belecho 1st and 3rd Monday Avenida Castana 1st and 3rd Monday Avenida Cereza 1st and 3rd Monday Avenida Ciruela 1st and 3rd Monday Avenida Cerveca 1st and 3rd Monday Avenida de Anita 2nd and 4th Thursday Avenida de Louisa 2nd and 4th Thursday Avenida de Sueno 2nd and 4th Monday Avenida del Alba 2nd and 4th Monday Avenida del Paraiso St 2nd and 4th Friday Avenida Diestro 2nd and 4th Monday Avenida Encinas: Cannon to Poinsettia 2nd and 4th Tuesday Poinsettia to Carlsbad Blvd 1st and 3rd Friday Avenida Helecho 1st and 3rd Monday Avenida la Cima 2nd and 4th Monday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 25 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 20 Avenida Maravilla 2nd and 4th Friday Avenida Nieve 2nd and 4th Monday Avenida Obertura 2nd and 4th Monday Avenida Pantera 2nd and 4th Monday Avenida Parada 2nd and 4th Friday Avenida Pimentera 1st and 3rd Monday Avenida Soledad 2nd and 4th Friday Avenida Theresa 2nd and 4th Monday Avenida Toronja 1st and 3rd Monday Aventurine Place 2nd and 4th Friday Avenue of the Trees Private road Aviara Drive 1st and 3rd Friday Aviara Parkway 2nd and 4th Friday Avila Avenue 2nd and 4th Thursday Avocado Lane 1st and 3rd Tuesday Avondale Circle 1st and 3rd Wednesday Azahar Court 1st and 3rd Monday Azahar Place 1st and 3rd Monday Azahar Street 1st and 3rd Monday Azalea Place 1st and 3rd Friday Azurite Place 2nd and 4th Friday Babilonia Street 2nd and 4th Friday Badajoz Place 1st and 3rd Monday Bajo Court 1st and 3rd Monday Baldwin Lane 1st and 3rd Tuesday Balfour Court 2nd and 4th Wednesday Banbury Court 1st and 3rd Thursday Banff Court 2nd and 4th Thursday Barberry Place 1st and 3rd Friday Barranca Court 2nd and 4th Thursday Basalto Street 2nd and 4th Friday Basin Road 2nd and 4th Friday Basswood Avenue 1st and 3rd Wednesday Batiquitos Drive 1st and 3rd Friday Bayshore Drive 2nd and 4th Tuesday Bayview Place 2nd and 4th Thursday Beach Bluff Road 2nd and 4th Tuesday Beacon Bay Drive 1st and 3rd Friday Bedford Circle 1st and 3rd Wednesday Beech Avenue 1st and 3rd Tuesday Begonia Court 1st and 3rd Friday Belle Lane 1st and 3rd Wednesday Belleflower Road 1st and 3rd Friday Bergen Peak 2nd and 4th Thursday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 26 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 21 Berkeley Avenue 1st and 3rd Thursday Bienvenida Circle 2nd and 4th Thursday Bittern Court 1st and 3rd Friday Bixbite Place 2nd and 4th Friday Black Rail Court 1st and 3rd Friday Black Rail Road 1st and 3rd Friday Black Swan Place 1st and 3rd Friday Blackbird Circle 1st and 3rd Friday Blenkarne Drive 1st and 3rd Wednesday Blue Bonnet Place 1st and 3rd Friday Blue Dolphin Way 1st and 3rd Friday Blue Orchid Lane 1st and 3rd Friday Blue Point Drive 1st and 3rd Friday Blue Whale Court Not built yet Bluff Court 2nd and 4th Thursday Bobcat Court 2nd and 4th Wednesday Boca Street 1st and 3rd Monday Bolero Street 2nd and 4th Friday Bolo Place 1st and 3rd Monday Bonita Lane 1st and 3rd Wednesday Borla Place 1st and 3rd Monday Botella Place 1st and 3rd Monday Bowsprit 1st and 3rd Friday Boxthorn Way 1st and 3rd Friday Brady Circle 2nd and 4th Wednesday Branta Avenue 1st and 3rd Friday Brava Street 1st and 3rd Monday Bressi Ranch Way 2nd and 4th Friday Brigatine Drive 1st and 3rd Friday Brighton Road 1st and 3rd Thursday Brittany Way 2nd and 4th Thursday Brookite 2nd and 4th Friday Brookwood Court 2nd and 4th Thursday Buck Ridge 2nd and 4th Thursday Buckingham Lane 1st and 3rd Thursday Buena Place 1st and 3rd Tuesday Buena Vista Circle 1st and 3rd Tuesday Buena Vista Way Jefferson to I-5 1st and 3rd Tuesday Jefferson to Davis 1st and 3rd Wednesday Pio Pico to Valley 1st and 3rd Wednesday Bulrush Court 1st and 3rd Friday Burgos Court 1st and 3rd Monday Buttercup Road 1st and 3rd Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 27 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 22 Butters Road 1st and 3rd Wednesday Byron Place 2nd and 4th Monday Cabela Place 1st and 3rd Friday Cabo Court 1st and 3rd Monday Cabo Way 1st and 3rd Monday Cacatua Court 2nd and 4th Friday Cacatua Place 2nd and 4th Friday Cacatua Street 2nd and 4th Friday Cadencia Street 1st and 3rd Monday Calaveras Drive Gated community - not swept Calavo Court 2nd and 4th Tuesday Caldera Place 2nd and 4th Thursday Caleta Court 1st and 3rd Friday Calidris Lane 1st and 3rd Friday Calina Way 1st and 3rd Monday Calle Acervo 2nd and 4th Monday Calle Alhena 2nd and 4th Monday Calle Barcelona ECR to Rancho Santa Fe 1st and 3rd Monday Calle Catalonia 2nd and 4th Monday Calle Conifera 1st and 3rd Monday Calle Cordoba 2nd and 4th Monday Calle Cozumel 2nd and 4th Monday Calle Gavanzo 2nd and 4th Monday Calle Hacienda 2nd and 4th Thursday Calle Hidalgo 2nd and 4th Friday Calle Jalisco 2nd and 4th Monday Calle Madero 1st and 3rd Monday Calle Madrid 2nd and 4th Monday Calle Oliva 1st and 3rd Monday Calle Palmito 2nd and 4th Friday Calle Pera 2nd and 4th Monday Calle Pina Bete 1st and 3rd Monday Calle Pinon 1st and 3rd Monday Calle Posada 2nd and 4th Monday Calle San Blas 2nd and 4th Monday Calle San Felipe 2nd and 4th Monday Calle Susana 2nd and 4th Thursday Calle Timiteo 1st and 3rd Monday Calle Vallarta 2nd and 4th Monday Calle Verso not in Thomas Guide Calliandra Road 1st and 3rd Friday Calmeria Place 1st and 3rd Friday Camden Circle 1st and 3rd Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 28 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 23 Camellia Place 1st and 3rd Tuesday Cameo Road 2nd and 4th Wednesday Caminito Azul 1st and 3rd Monday Caminito del Mar 1st and 3rd Friday Caminito del Reposo 1st and 3rd Friday Caminito del Sol 1st and 3rd Friday Caminito Estrada 1st and 3rd Friday Caminito Madrigal 1st and 3rd Friday Caminito Rosa 1st and 3rd Friday Caminito Verde 1st and 3rd Friday Camino Alegre 2nd and 4th Monday Camino Alvaro 2nd and 4th Monday Camino Arena 2nd and 4th Monday Camino Bella 1st and 3rd Tuesday Camino Cereza 2nd and 4th Friday Camino Coronado 2nd and 4th Monday Camino Corte 2nd and 4th Monday Camino de Amigos Corte Yolanda to Corte Ramon 2nd and 4th Friday Camino de las Ondas 1st and 3rd Friday Camino de los Coches 2nd and 4th Monday Camino del Parque 1st and 3rd Friday Camino del Prado 1st and 3rd Friday Camino del Sol Circle 2nd and 4th Tuesday Camino Gato 2nd and 4th Monday Camino Hills Drive 2nd and 4th Monday Camino Junipero 1st and 3rd Monday Camino Junipero Rancho Santa Fe Road to Ave Amapola 2nd and 4th Friday Camino Largo 2nd and 4th Monday Camino Lindo 2nd and 4th Monday Camino Minero 1st and 3rd Tuesday Camino Montego 2nd and 4th Monday Camino Rebledo 1st and 3rd Monday Camino Serbal 1st and 3rd Monday Camino Vida Roble 2nd and 4th Wednesday Campbell Road 2nd and 4th Friday Camphor Place 1st and 3rd Friday Candil Place 2nd and 4th Friday Cannas Court 1st and 3rd Friday Cannon Road from I-5 and El Camino Real 2nd and 4th Tuesday and Thursday Cannon Road from Carlsbad Blvd to El Camino Real 2nd and 4th Tuesday Cantero Way 1st and 3rd Monday Cantil Street 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 29 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 24 Canvasback Court 1st and 3rd Friday Canyon Place Private Canyon Street 1st and 3rd Wednesday Capazo Court 2nd and 4th Friday Cape Aire Lane 2nd and 4th Tuesday Cape May Place 2nd and 4th Tuesday Car Country Drive 2nd and 4th Tuesday Caracol Court 1st and 3rd Friday Caribou Court 2nd and 4th Monday Caringa Way 2nd and 4th Friday Carlina Street 1st and 3rd Monday Carlsbad Blvd. Every Friday Carlsbad Village Drive Carlsbad Blvd to Pio Pico Mon., Wed., Fri. weekly Pio Pico to ECR 1st and 3rd Wednesday ECR to Glasgow 2nd and 4th Thursday Tamarack Ave to College 2nd and 4th Thursday Carmel Drive 1st and 3rd Thursday Carnaby Court 1st and 3rd Thursday Carnation Drive 1st and 3rd Friday Carnelian Place 2nd and 4th Friday Carol Place 1st and 3rd Monday Carpa Court 1st and 3rd Monday Carrillo Way Melrose Dr to Paseo Aspada 2nd and 4th Friday Casca Way 1st and 3rd Monday Cascade Street 2nd and 4th Tuesday Caspian Way 1st and 3rd Friday Cassia Road 2nd and 4th Monday Cassins Street 1st and 3rd Friday Castilla Place 1st and 3rd Monday Catalina Drive 1st and 3rd Thursday Catalpa Road 1st and 3rd Friday Cattail Place 1st and 3rd Friday Cavern Place 2nd and 4th Thursday Cay 2nd and 4th Friday Cayenne Lane 2nd and 4th Friday Cazadero Drive 2nd and 4th Friday Cebu Court 2nd and 4th Friday Cebu Place 2nd and 4th Friday Cedar Avenue Renamed Celinda Drive 1st and 3rd Wednesday Centella Street 1st and 3rd Monday Cereus Court 1st and 3rd Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 30 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 25 Cerezo Drive 2nd and 4th Tuesday Chancery Court 1st and 3rd Thursday Charleen Circle 1st and 3rd Wednesday Charter Oak Drive 1st and 3rd Wednesday Chatham Road 2nd and 4th Thursday Chelsea Court 1st and 3rd Thursday Cherry Avenue 1st and 3rd Tuesday Cheshire Avenue 2nd and 4th Thursday Chestnut Avenue Carlsbad Blvd. To I-5 1st and 3rd Tuesday Pio Pico to ECR 1st and 3rd Wednesday ECR to Pontiac 1st and 3rd Thursday Chinquapin Avenue Carlsbad Blvd. to I-5 1st and 3rd Tuesday I-5 to Hillside 2nd and 4th Tuesday Chiriqui Lane 2nd and 4th Friday Chorlito Street 2nd and 4th Friday Christiansen Way 1st and 3rd Tuesday Chuparosa Way 1st and 3rd Wednesday Ciardi Court 2nd and 4th Monday Cielo Place 1st and 3rd Monday Cigno Court 1st and 3rd Friday Cima Court 1st and 3rd Monday Cinnamon Teal Street 1st and 3rd Friday Cipriano Lane 1st and 3rd Wednesday Circulo Adorno 2nd and 4th Monday Circulo Papayo 1st and 3rd Monday Circulo Sequoia 2nd and 4th Friday Citrine Drive 2nd and 4th Friday Citrus Place 1st and 3rd Tuesday Clay Dr Tamarack Ave to north end 2nd and 4th Thursday Clearview Drive 2nd and 4th Wednesday Clemens Court 2nd and 4th Monday Coastline Avenue 2nd and 4th Wednesday Coastview Ct 2nd and 4th Thursday Cobalt Drive 2nd and 4th Friday Cobblestone Drive 1st and 3rd Friday Cobblestone Road 1st and 3rd Friday Coleridge Court 2nd and 4th Monday Colibri Lane 2nd and 4th Friday College Blvd 2nd and 4th Wednesday Colt 2nd and 4th Friday Columbine Drive 1st and 3rd Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 31 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 26 Concord Street 2nd and 4th Thursday Coneflower Drive 1st and 3rd Friday Conosa Way 1st and 3rd Friday Contour Place 2nd and 4th Thursday Copal Place 2nd and 4th Friday Cordgrass Court 1st and 3rd Friday Cordoba Place 2nd and 4th Thursday Corintia St 2nd and 4th Friday Corte Acebo 1st and 3rd Monday Corte Aciano 1st and 3rd Monday Corte Adalina Camino de Amigos to end 2nd and 4th Friday Corte Altura 2nd and 4th Friday Corte Ananas 1st and 3rd Monday Corte Arboles 1st and 3rd Monday Corte Aurora 2nd and 4th Monday Corte Baldre 1st and 3rd Monday Corte Bosque 2nd and 4th Friday Corte Brezo 1st and 3rd Monday Corte Brisa 1st and 3rd Tuesday Corte Cadiz 2nd and 4th Monday Corte Cardo 2nd and 4th Monday Corte Carolina 2nd and 4th Monday Corte Castillo 2nd and 4th Monday Corte Celeste 2nd and 4th Monday Corte Cicuta 1st and 3rd Monday Corte Cidro 1st and 3rd Monday Corte Clarita 2nd and 4th Monday Corte Claro 1st and 3rd Tuesday Corte Curva 2nd and 4th Monday Corte de la Pina 2nd and 4th Wednesday Corte de la Vista 2nd and 4th Friday Corte del Abeto 2nd and 4th Wednesday Corte del Cedro 2nd and 4th Wednesday Corte del Cruce 2nd and 4th Monday Corte del Nogal 2nd and 4th Wednesday Corte Delfino 2nd and 4th Friday Corte Diego Camino de Amigos to end 2nd and 4th Friday Corte Dolor 2nd and 4th Monday Corte Domingo 2nd and 4th Monday Corte Dulce 2nd and 4th Monday Corte Eduardo Corte Yolanda to north end 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 32 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 27 Corte Ensenada Not built Corte Esperanza 2nd and 4th Monday Corte Esplendor 2nd and 4th Monday Corte Felipe 2nd and 4th Monday Corte Fortuna 2nd and 4th Friday Corte Fresa 1st and 3rd Monday Corte Hortensia 2nd and 4th Friday Corte Frontera 2nd and 4th Friday Corte Jardin 2nd and 4th Monday Corte Langosta 2nd and 4th Friday Corte Limon 1st and 3rd Monday Corte Luisa 2nd and 4th Monday Corte Lupe Camino de Amigos to end 2nd and 4th Friday Corte Mango 1st and 3rd Monday Corte Manzana 1st and 3rd Monday Corte Mazatlan 2nd and 4th Monday Corte Mora Camino de Amigos to end 2nd and 4th Friday Corte Moral 1st and 3rd Monday Corte Morera 1st and 3rd Monday Corte Oliva 1st and 3rd Monday Corte Orchida 1st and 3rd Friday Corte Panorama 2nd and 4th Friday Corte Papaya 1st and 3rd Monday Corte Pedro 2nd and 4th Monday Corte Penca 2nd and 4th Monday Corte Pino 1st and 3rd Monday Corte Ramon Camino de Amigos to end 2nd and 4th Friday Corte Romero 2nd and 4th Monday Corte Rosado 2nd and 4th Monday Corte Quinta Mar 1st and 3rd Friday Corte Sasafras 1st and 3rd Monday Corte Selva 1st and 3rd Monday Corte Sonrisa 2nd and 4th Monday Corte Tiburon 2nd and 4th Monday Corte Tilo 1st and 3rd Monday Corte Tomillo 1st and 3rd Tuesday Corte Vera Cruz 2nd and 4th Monday Corte Verso 2nd and 4th Monday Corte Violeta 2nd and 4th Monday Corte Yolanda Corte Eduardo to east end 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 33 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 28 Cortina Court 1st and 3rd Monday Corvallis Street 1st and 3rd Thursday Corvidae Street 1st and 3rd Friday Cosmos Court 2nd and 4th Wednesday Cottage Drive South of Town Garden Road 2nd and 4th Friday Cougar Drive 2nd and 4th Wednesday Cove Drive 2nd and 4th Tuesday Crater Rim Drive 2nd and 4th Friday Crescent Point Road 2nd and 4th Tuesday Cressa Court 1st and 3rd Friday Crest Drive 1st and 3rd Wednesday Crestview Drive 2nd and 4th Monday Crimson Drive Renamed Crownpoint Court 2nd and 4th Thursday Crystalline 1st and 3rd Friday Cumbre Court 1st and 3rd Monday Curlew Terrace 1st and 3rd Friday Cynthia Lane 1st and 3rd Wednesday Cypress Avenue 1st and 3rd Tuesday Daffodil Place 1st and 3rd Friday Daisy Avenue 1st and 3rd Friday Daisy Court 1st and 3rd Friday Dana Court 1st and 3rd Wednesday Dartington Way Town Garden Rd to Village Green Dr 2nd and 4th Friday Darwin 2nd and 4th Wednesday Date Avenue 1st and 3rd Tuesday David Place 1st and 3rd Wednesday Davis Avenue 1st and 3rd Wednesday Davis Place 1st and 3rd Wednesday Del Rey Avenue 1st and 3rd Monday Delaney Court 2nd and 4th Monday Delfina Place 1st and 3rd Monday Delta Way Strata Dr to end 2nd and 4th Thursday Descanso Blvd Renamed Desert Rose Way 2nd and 4th Monday Dickinson Drive 2nd and 4th Monday Di Vita Drive 2nd and 4th Friday Discovery Road 2nd and 4th Friday Docena Road 1st and 3rd Friday Dogwood Road 2nd and 4th Friday Dolphin Court Renamed Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 34 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 29 Donna Court 2nd and 4th Wednesday Donna Drive 1st and 3rd Wednesday Dorchester Place 1st and 3rd Thursday Dove Lane 2nd and 4th Monday Dryden Place 2nd and 4th Wednesday Dundee Court 2nd and 4th Thursday Durango Circle 1st and 3rd Friday Dusty Rose Place 1st and 3rd Friday Eagle Drive 2nd and 4th Wednesday East Pointe Avenue 2nd and 4th Wednesday Ebb Tide Street 1st and 3rd Friday Echo Avenue 2nd and 4th Friday Edendale Street 2nd and 4th Friday Edgeware Way 2nd and 4th Thursday Edinburgh Drive 2nd and 4th Thursday El Aguila St 2nd and 4th Friday El Arbol Drive 2nd and 4th Wednesday El Astillero Place 2nd and 4th Monday El Bosque Avenue 2nd and 4th Monday El Camino Real Every Monday El Capitan Court 1st and 3rd Thursday El Fuerte Street 2nd and 4th Friday Faraday to Loker (Duplicate) 1st and 3rd Friday El Gavilan Court 2nd and 4th Friday El Pato Court 2nd and 4th Friday El Perico Lane 2nd and 4th Friday El Rastro Lane 2nd and 4th Monday El Salto Falls 2nd and 4th Monday Elder Court 1st and 3rd Friday Elegant Turn Place 1st and 3rd Wednesday Eliot Place 2nd and 4th Monday Elmwood Street 1st and 3rd Wednesday Embarcadero Lane 1st and 3rd Friday Encanto Drive 2nd and 4th Friday Escenico Terrace 1st and 3rd Monday Esfera Street 1st and 3rd Monday Estancia Street 1st and 3rd Monday Estrella del Mar 1st and 3rd Friday Esturion Court 2nd and 4th Friday Esturion Place 2nd and 4th Friday Esturion Street 2nd and 4th Friday Eucalyptus Lane 2nd and 4th Monday Eureka Place 1st and 3rd Wednesday Evergreen Circle 1st and 3rd Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 35 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 30 Fairwater Place 1st and 3rd Friday Falcon Drive 1st and 3rd Wednesday Falda Place 1st and 3rd Monday Faraday Avenue Cannon to Camino Hills 2nd and 4th Wednesday Cannon to Orion Way 2nd and 4th Wednesday Orion Way to Melrose Drive 2nd and 4th Wednesday Farnsworth Court 2nd and 4th Wednesday Farol Court 1st and 3rd Monday Farol Place 1st and 3rd Monday Febo Court 1st and 3rd Monday Fermi Court 2nd and 4th Wednesday Fern Place 1st and 3rd Friday Finnila Place 2nd and 4th Friday Fiona Place 1st and 3rd Friday Fisherman 2nd and 4th Tuesday Flamenco Place 2nd and 4th Friday Flamenco Street 2nd and 4th Friday Flat Rock Street 2nd and 4th Tuesday Fleet Street 2nd and 4th Tuesday Flying LC Lane 2nd and 4th Friday Follette Street 1st and 3rd Friday Foothill Avenue Tamarack to east end 2nd and 4th Thursday Forest Avenue 1st and 3rd Wednesday Forecastle Court 2nd and 4th Monday Fosca Street 1st and 3rd Monday Fosca Way 1st and 3rd Monday Four Peaks 2nd and 4th Thursday Foxglove View 1st and 3rd Friday Franciscan Road 2nd and 4th Friday Frazier 1st and 3rd Wednesday Frost Avenue 2nd and 4th Monday Gabacho Street 1st and 3rd Monday Gabbiano Lane 1st and 3rd Friday Gage Drive 2nd and 4th Thursday Galena Avenue 2nd and 4th Friday Galicia Way 1st and 3rd Monday Galleon Way 1st and 3rd Monday Garboso Place 1st and 3rd Monday Garboso Street 1st and 3rd Monday Garden House Road 2nd and 4th Friday Gardenia Court 1st and 3rd Friday Garfield Street 1st and 3rd Tuesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 36 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 31 Garibaldi Place 1st and 3rd Thursday Gary Circle 1st and 3rd Thursday Gateshead Road 2nd and 4th Thursday Gateway Garden Road 2nd and 4th Friday Gaviota Circle 1st and 3rd Monday Gaviota Lane 1st and 3rd Monday Gaviota Place 1st and 3rd Monday Gayle Way 1st and 3rd Wednesday Gazelle Court 2nd and 4th Wednesday Geiger Court 2nd and 4th Wednesday Gentle Knoll Road 2nd and 4th Friday Geode Lane 2nd and 4th Friday Geranium Street 1st and 3rd Friday Gibraltar Street 1st and 3rd Monday Ginger Avenue 1st and 3rd Friday Glasgow Drive 2nd and 4th Thursday Glen 2nd and 4th Tuesday Glenbrook St 2nd and 4th Thursday Gloria Lane 2nd and 4th Tuesday Goldenbush Drive 1st and 3rd Friday Goldeneye View 1st and 3rd Friday Gold Flower Road 1st and 3rd Friday Golden Star Lane 1st and 3rd Friday Goldstone Road 2nd and 4th Friday Gorge Place 2nd and 4th Thursday Gozo Place Renamed Grado Cipreso 1st and 3rd Monday Grado El Tupelo 1st and 3rd Monday Grady Place 2nd and 4th Tuesday Granada Way 1st and 3rd Thursday Grand Avenue Bet. Carlsbad Blvd and Harding Mon/Wed/Fri weekly Balance/Remainder 1st and 3rd Tuesday Granite Court 2nd and 4th Tuesday Grecourt Way 2nd and 4th Wednesday Greenhaven Drive 2nd and 4th Friday Green Valley Rd Not built Greenock Court 2nd and 4th Thursday Greenwich Street 2nd and 4th Thursday Gregory Drive 1st and 3rd Wednesday Grey Hawk Court 2nd and 4th Wednesday Grivetta Court 1st and 3rd Friday Grulla Street 2nd and 4th Friday Guevara Road 1st and 3rd Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 37 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 32 Gull Court 1st and 3rd Friday Half Dome Place 1st and 3rd Thursday Halite Place 2nd and 4th Friday Halley Drive not in Thomas Guide Hamden Way 2nd and 4th Thursday Harbor Drive 1st and 3rd Tuesday Harbor View Lane 2nd and 4th Tuesday Harding Street 1st and 3rd Tuesday Harrison Street 2nd and 4th Tuesday Harwich Drive 2nd and 4th Thursday Hastings Drive 2nd and 4th Thursday Hataca Road 1st and 3rd Monday Havens Point Place 2nd and 4th Tuesday Haverhill Street 1st and 3rd Thursday Haymar Drive 2nd and 4th Monday Hemingway Drive 2nd and 4th Monday Hemlock Avenue 1st and 3rd Tuesday Heritage Drive 2nd and 4th Friday Heron Circle 1st and 3rd Friday Hibiscus Circle 1st and 3rd Tuesday Hidalgo Melrose Drive to east end 2nd and 4th Friday Hidden Valley Road (all) 1st and 3rd Friday High Ridge Avenue 2nd and 4th Wednesday Highland Drive Chestnut to north end 1st and 3rd Wednesday Tamarack to Adams 2nd and 4th Tuesday Hilllcrest Circle 1st and 3rd Wednesday Hillside Drive Highland to Sunnyhill 2nd and 4th Tuesday Neblina to Kelly 2nd and 4th Thursday Hilltop 2nd and 4th Thursday Hillyer Street 2nd and 4th Monday Holly Brae Lane 2nd and 4th Wednesday Home Avenue 1st and 3rd Tuesday Hoover Street 2nd and 4th Tuesday Hope Avenue 1st and 3rd Tuesday Horizon Drive 2nd and 4th Wednesday Hosp Way 1st and 3rd Wednesday Hummingbird Road 1st and 3rd Friday Hummock Drive 2nd and 4th Thursday Huntington Drive 2nd and 4th Friday Ibis Place 1st and 3rd Friday Impala Drive 2nd and 4th Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 38 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 33 Ingelton Avenue 2nd and 4th Friday Inlet Drive 2nd and 4th Thursday Innovation Way 2nd and 4th Friday Inverness Court 2nd and 4th Thursday Inverness Drive 2nd and 4th Thursday Iris Court 1st and 3rd Friday Isle Drive 2nd and 4th Tuesday Islands Way 2nd and 4th Friday Ivy Street 1st and 3rd Friday Jacaranda Avenue 2nd and 4th Monday Jackspar Drive 2nd and 4th Monday Jade Lane 2nd and 4th Friday James Drive Valley to Oak 1st and 3rd Wednesday Basswood to north end 1st and 3rd Wednesday Tamarack to south end 2nd and 4th Tuesday Janis Way 1st and 3rd Wednesday Jasmine Court 1st and 3rd Friday Jeanne Place 2nd and 4th Tuesday Jeffers Place 2nd and 4th Monday Jefferson Street CVD to Grand (east side) 1st and 3rd Monday 3 - 5 a.m. CVD to Grand (west side) 1st and 3rd Monday 3 - 5 a.m. Grand to Laguna (east side) 1st and 3rd Tuesday 8 a.m. - noon Grand to Laguna (west side) 1st and 3rd Monday 8 a.m. - noon Laguna to I-5 Bridge (east side) 1st and 3rd Tuesday 8 a.m. - noon Laguna to I-5 Bridge (west side) 1st and 3rd Wednesday 8 a.m. - noon Marron to Laguna 1st and 3rd Tuesday Magnolia to Chinquapin 1st and 3rd Tuesday Jerez Court 1st and 3rd Monday Juniper Avenue 1st and 3rd Tuesday Karren Lane 2nd and 4th Wednesday Karst Road 2nd and 4th Thursday Keats Place 2nd and 4th Monday Ketch Way 1st and 3rd Friday Kellogg Avenue 2nd and 4th Wednesday Kelly Drive 2nd and 4th Thursday Kestrel Drive 1st and 3rd Friday Kimberly Court 1st and 3rd Wednesday Kingston Street 1st and 3rd Thursday Kirk Place 2nd and 4th Wednesday Kirkwall Avenue 2nd and 4th Thursday Kite Place 1st and 3rd Friday Knollwood Dr Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 39 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 34 Tamarack Ave to Foothill Ave 2nd and 4th Thursday Knowles Avenue Jefferson to I-5 1st and 3rd Wednesday Balance/Remainder 1st and 3rd Tuesday Korite Place 2nd and 4th Friday Kremeyer Circle Laguna Dr. to end 1st and 3rd Tuesday Kyanite Place 2nd and 4th Friday La Brusca Way 2nd and 4th Monday La Capela Place 2nd and 4th Monday La Coruna Place 1st and 3rd Monday La Costa Avenue I-5 to ECR Every Monday Balance Every Monday La Costa Meadows Drive 2nd and 4th Friday La Duela Lane 2nd and 4th Monday La Gacha Lane 2nd and 4th Monday La Garza Court 2nd and 4th Friday La Golondrina St 2nd and 4th Friday La Gran Via 1st and 3rd Monday La Macerena Ave 2nd and 4th Monday La Nevasca Lane 2nd and 4th Monday La Paloma Circle Renamed La Paz Court 2nd and 4th Thursday La Paloma Court 2nd and 4th Friday La Paloma Street 2nd and 4th Friday La Place Court 2nd and 4th Wednesday La Plancha Lane 2nd and 4th Monday La Pluma Lane 2nd and 4th Monday La Portalada Drive 1st and 3rd Thursday La Selva Way 2nd and 4th Monday La Tinada Court 2nd and 4h Monday La Vanco Court 2nd and 4th Friday Ladera Court 1st and 3rd Monday Lafayette Court 1st and 3rd Thursday Lagoon Lane Renamed Laguna Drive Pio Pico to Elmwood 1st and 3rd Wednesday Jefferson to I-5 (DUPLICATE) 1st and 3rd Tuesday Jefferson to State 1st and 3rd Tuesday Lakewood Street 1st and 3rd Thursday Landau Court 2nd and 4th Wednesday Lands End Court 1st and 3rd Friday Landsford Way 2nd and 4th Thursday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 40 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 35 Lanyard Place 2nd and 4th Monday Lapis Road 2nd and 4th Friday Laredo Street 1st and 3rd Thursday Larimar Avenue 2nd and 4th Friday Larkspur Lane 2nd and 4th Wednesday Las Brisas Court 1st and 3rd Monday Las Flores Drive Jefferson to I-5 1st and 3rd Tuesday I-5 to Highland 1st and 3rd Wednesday Las Mientes Lane 2nd and 4th Monday Las Nueces Place 2nd and 4th Monday Las Olas Ct Rancho Santa Fe Rd to end 2nd and 4th Monday Las Palmas Drive 2nd and 4th Wednesday Lassen Lane 1st and 3rd Thursday Laurie Circle 1st and 3rd Wednesday Lawrence Street 1st and 3rd Thursday Lego Drive 2nd and 4th Tuesday Lee Court 1st and 3rd Wednesday Lemon Leaf Drive 1st and 3rd Friday Leucite Place 2nd and 4th Friday Levante Street 1st and 3rd Monday Levee Drive Tamarack Ave to Stoneridge Rd 2nd and 4th Thursday Lewis Lane 1st and 3rd Tuesday Lilac Court 1st and 3rd Friday Lily Place 1st and 3rd Friday Limonite Court 2nd and 4th Friday Lincoln Street Oak to Chestnut 1st and 3rd Tuesday Oak to Carlsbad Blvd. 1st and 3rd Tuesday Lighthouse Road 1st and 3rd Friday Linda Lane 1st and 3rd Wednesday Linmar Lane 1st and 3rd Tuesday Lionshead Avenue 2nd and 4th Wednesday Lismore Place 2nd and 4th Friday Live Oaks Drive 2nd and 4th Friday Llama Court 2nd and 4th Friday Llama Street 2nd and 4th Friday Lobelia Court 1st and 3rd Friday Locust Avenue 2nd and 4th Tuesday Loganberry Drive Private Loker Ave East 1st and 3rd Monday Loker Ave West 1st and 3rd Monday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 41 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 36 Loma Court 2nd and 4th Thursday Loma Laguna Drive 2nd and 4th Thursday Loma Way 2nd and 4th Thursday Long Place 1st and 3rd Tuesday Longfellow Road 2nd and 4th Monday Longport Road Renamed Longview Drive 1st and 3rd Thursday Lonicera Street 1st and 3rd Fridays Los Manos Road Renamed Los Pinos Circle 2nd and 4th Monday Los Pinos Drive 2nd and 4th Monday Los Robles Drive 2nd and 4th Tuesday Lotus Court 1st and 3rd Friday Lowder Lane Renamed Lucia Court 1st and 3rd Monday Luciernaga Court 2nd and 4th Friday Luciernaga Place 2nd and 4th Friday Luciernaga Street 2nd and 4th Friday Lynch Court 2nd and 4th Monday Lyons Court 1st and 3rd Thursday MacArthur Avenue 2nd and 4th Wednesday Macadamia Drive 2nd and 4th Tuesday Madera Court 1st and 3rd Monday Madison Street 1st and 3rd Tuesday Madrilena Way 1st and 3rd Monday Maezel Lane 1st and 3rd Wednesday Magnolia Avenue I-5 to Roosevelt 1st and 3rd Tuesday Pio Pico to Monroe 2nd and 4th Wednesday Majano Place 2nd and 4th Monday Malachite Place 2nd and 4th Friday Mallee Street 1st and 3rd Friday Mallorca Place 1st and 3rd Monday Mallow Court 1st and 3rd Friday Managua Place 2nd and 4th Friday Manzanita Street 1st and 3rd Friday Manzano Drive 2nd and 4th Tuesday Maple Avenue 1st and 3rd Tuesday Mar Azul Way 1st and 3rd Friday Marca Place 1st and 3rd Monday Marcasite Place 2nd and 4th Friday Margaret Way 2nd and 4th Wednesday Marguerite Lane 1st and 3rd Friday Maria Lane 1st and 3rd Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 42 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 37 Marina Drive 2nd and 4th Tuesday Mariposa Road 1st and 3rd Friday Maritime Drive 1st and 3rd Friday Marjorie Lane 2nd and 4th Wednesday Mark Circle 1st and 3rd Thursday Marmol Court 2nd and 4th Friday Marquita Place 1st and 3rd Monday Marron Road Jefferson to ECR Every Monday ECR to Avenida de Anita 2nd and 4th Thursday Marsh Wren Street 1st and 3rd Friday Martingale Court 1st and 3rd Friday Masters Road 2nd and 4th Monday Mastodon 2nd and 4th Thursday Mateo Place 1st and 3rd Monday May Court 2nd and 4th Wednesday Mayfair Court 1st and 3rd Thursday McCauley Lane 1st and 3rd Wednesday McKinley Street 1st and 3rd Wednesday Meadow Drive 2nd and 4th Thursday Meadowlark Lane 1st and 3rd Wednesday Medford Court 1st and 3rd Thursday Melrose Drive 2nd and 4th Friday Palomar Airport Road to Faraday Avenue 2nd and 4th Friday Merlin Drive 1st and 3rd Friday Merlo Court 1st and 3rd Friday Mermaid Drive 1st and 3rd Friday Merwin Drive 2nd and 4th Monday Metropolitan Street 2nd and 4th Friday Mica 2nd and 4th Friday Middleton Drive 2nd and 4th Thursday Milano Drive 1st and 3rd Thursday Milford Place 2nd and 4th Thursday Millay Court 2nd and 4th Monday Milton Road 2nd and 4th Monday Mimosa Drive 1st and 3rd Friday Mimosa Lane 1st and 3rd Friday Mira Monte Drive 2nd and 4th Thursday Mission Estancia Renamed Mission Estancia West Renamed Monroe St Marron Rd to Chestnut Ave 1st and 3rd Wednesday Chestnut Ave to Sunnyhill 2nd and 4th Wednesday Montecito Drive 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 43 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 38 Moon Field Way 2nd and 4th Thursday Moorhen Place 1st and 3rd Friday Morada Street 1st and 3rd Monday Morning Glory Lane 1st and 3rd Wednesday Mountain View Drive 1st and 3rd Tuesday Muirfields Drive (East of Keeneland Drive) 2nd and 4th Friday Muslo Lane 1st and 3rd Monday Naples Court 1st and 3rd Thursday Navarra Drive 1st and 3rd Monday Navigator Circle 1st and 3rd Friday Navigator Court 1st and 3rd Friday Neblina Drive Park to Hillside 2nd and 4th Wednesday Hillside to Highridge 2nd and 4th Thursday Nelson Court 2nd and 4th Thursday Neptune Drive 1st and 3rd Friday New Crest Court 1st and 3rd Friday Newland Court 1st and 3rd Wednesday Newshire Street 2nd and 4th Thursday Newton Drive 2nd and 4th Wednesday Nighthawk Court 1st and 3rd Friday Nightshade Road 1st and 3rd Friday Nob Hill Drive 1st and 3rd Wednesday Normandy Lane 1st and 3rd Tuesday North Fork 2nd and 4th Thursday Nueva Castilla Way 1st and 3rd Monday Nutmeg Way 1st and 3rd Friday Nygaard Street 2nd and 4th Friday Oak Avenue Pio Pico to east end 1st and 3rd Wednesday Carlsbad Blvd to I-5 1st and 3rd Tuesday Obelisco Circle 2nd and 4th Friday Obelisco Court 2nd and 4th Friday Obelsico Place 2nd and 4th Friday Obsidian Place 2nd and 4th Friday Ocala 2nd and 4th Thursday Ocean Crest Ave 1st and 3rd Friday Ocean Street 1st and 3rd Tuesday Olive Avenue 1st and 3rd Tuesday Olive Drive Renamed Olivenhain Road 2nd and 4th Monday Olivine 1st and 3rd Friday Olympia Drive 1st and 3rd Thursday Onda Place 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 44 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 39 Onyx Place 2nd and 4th Friday Orchid Way 1st and 3rd Friday Oriole Court 1st and 3rd Friday Orion Street 2nd and 4th Wednesday Orion Way 2nd and 4th Wednesday Osuna Drive Renamed Outlook Court 1st and 3rd Thursday Oviedo Place 1st and 3rd Monday Owens Avenue 2nd and 4th Wednesday Oxford Street 1st and 3rd Thursday Pacific Avenue 1st and 3rd Tuesday Pacific Rim Drive Renamed Palacio Drive 1st and 3rd Monday Palacio Court 1st and 3rd Monday Palenque St 1st and 3rd Monday Palisades Drive 2nd and 4th Wednesday Palm Avenue Pio Pico to Adams 2nd and 4th Wednesday Madison to I-5 1st and 3rd Tuesday Palmar Court 2nd and 4th Wednesday Palmer Way 2nd and 4th Wednesday Palmetto Drive 2nd and 4th Friday Palomar Airport Road Every Monday Palomar Oaks Way 2nd and 4th Wednesday Palomar Point 2nd and 4th Wednesday Pamplona Way 2nd and 4th Friday Pannonia Road 2nd and 4th Wednesday Paradise Road 2nd and 4th Friday Park Court 2nd and 4th Thursday Park Drive Valencia St to Via Marta 2nd and 4th Thursday Adams to Valencia St 1st and 3rd Monday Adams to Tamarack 2nd and 4th Tuesday Partridge Place 1st and 3rd Friday Pascal Court 2nd and 4th Wednesday Paseo Acampo 2nd and 4th Friday Paseo Airoso 2nd and 4th Friday Paseo Alameda 2nd and 4th Friday Paseo Aliso 1st and 3rd Monday Paseo Airoso 2nd and 4th Friday Paseo Almendro 1st and 3rd Monday Paseo Ancho 2nd and 4th Monday Paseo Arrayan 1st and 3rd Monday Paseo Aspada Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 45 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 40 Carrillo Way to north end 2nd and 4th Friday Paseo Avellano 1st and 3rd Monday Paseo Candelero 2nd and 4th Friday Paseo Capuchina 1st and 3rd Monday Paseo Carreta 2nd and 4th Friday Paseo Cazador 2nd and 4th Friday Paseo Cerro 2nd and 4th Friday Paseo Corono Paseo Aspada to north end 2nd and 4th Friday Paseo Corto 2nd and 4th Friday Paseo Cristal 1st and 3rd Tuesday Paseo del Norte 2nd and 4th Tuesday Cannon to PAR Every Tuesday PAR to Poinsettia 1st and 3rd Friday Paseo Descanso 2nd and 4th Friday Paseo Encino 1st and 3rd Tuesday Paseo Escuela 2nd and 4th Friday Paseo Esmerado 2nd and 4th Monday Paseo Establo 2nd and 4th Friday Paseo Estribo 2nd and 4th Friday Paseo Frontera Xana to South End 2nd and 4th Friday Paseo Hermosa 2nd and 4th Friday Paseo Jaquita 2nd and 4th Friday Paseo Lazo 2nd and 4th Friday Paseo Lunada 2nd and 4th Friday Paseo Lupino 1st and 3rd Monday Paseo Membrillo 1st and 3rd Monday Paseo Monona 2nd and 4th Friday Paseo Palero 2nd and 4th Friday Paseo Potrero 2nd and 4th Friday Paseo Pradera 2nd and 4th Friday Paseo Saucedal 1st and 3rd Monday Paseo Tapajos 2nd and 4th Friday Paseo Taxco 2nd and 4th Monday Paseo Tesoro 2nd and 4th Friday Paseo Tienda 2nd and 4th Friday Paseo Tulipero 1st and 3rd Monday Paseo Valiente 2nd and 4th Friday Paseo Valindo 2nd and 4th Friday Paseo Volante 2nd and 4th Friday Paseo Vuelo 2nd and 4th Friday Pasteur Court 2nd and 4th Wednesday Pebble Street 2nd and 4th Tuesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 46 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 41 Pendon Court 1st and 3rd Monday Peninsula Drive 2nd and 4th Thursday Pentas Court 1st and 3rd Friday Peppertree Way 2nd and 4th Friday Peralta 2nd and 4th Thursday Perdiz Street 1st and 3rd Monday Peridot Court 2nd and 4th Friday Persa Street 2nd and 4th Friday Petunia Place 1st and 3rd Friday Phoebe Place 1st and 3rd Friday Picadilly Court 1st and 3rd Thursday Pine Avenue Carlsbad Blvd to I-5 1st and 3rd Tuesday Pio Pico to Highland 1st and 3rd Wednesday Pintoresco Court 1st and 3rd Monday Pio Pico Drive Chestnut to north end 1st and 3rd Wednesday Chestnut to Tamarack 2nd and 4th Wednesday Piovana Court 1st and 3rd Friday Piragua Street 1st and 3rd Monday Pirineos Way 1st and 3rd Monday Placido Court 1st and 3rd Monday Plains Way 2nd and 4 th Thursday Plateau Place 2nd and 4th Thursday Playa Road 1st and 3rd Friday Plazuela Street 1st and 3rd Monday Pleasant Valle Road 2nd and 4th Friday Plum Tree Road 1st and 3rd Friday Plumeria Drive 2nd and 4th Friday Poinsettia Lane 2nd and 4th Friday El Camino Real to El Fuerte Street 2nd and 4th Friday Point Reyes Court 1st and 3rd Thursday Polly Lane 2nd and 4th Wednesday Pontiac Drive 1st and 3rd Thursday Ponto Drive 1st and 3rd Friday Ponto Road 1st and 3rd Friday Poppy Lane 1st and 3rd Friday Porta Place 1st and 3rd Thursday Portola Court 2nd and 4th Thursday Priestly Drive 2nd and 4th Wednesday Primavera Way 1st and 3rd Monday Primrose Way 1st and 3rd Friday Promontory Place 2nd and 4th Thursday Pueblo Street 1st and 3rd Monday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 47 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 42 Pyrite Avenue 2nd and 4th Friday Pyrus Place 1st and 3rd Friday Quartz Way 2nd and 4th Friday Quebrada Circle 1st and 3rd Monday Quebrada Court 1st and 3rd Monday Quinta Street 1st and 3rd Monday Quitasol Street 1st and 3rd Monday Raintree Drive 2nd and 4th Tuesday Ramsey 2nd and 4th Thursday Rana Court 1st and 3rd Monday Rancho Arroba 2nd and 4th Friday Rancho Brasado 1st and 3rd Friday Rancho Bravado 2nd and 4th Friday Rancho Caballo 2nd and 4th Friday Rancho Carrizo 2nd and 4th Friday Rancho Companero 2nd and 4th Friday Rancho Cortes 2nd and 4th Friday Rancho Del Cannon 2nd and 4th Friday Rancho Famosa 2nd and 4th Friday Rancho Ganadero 2nd and 4th Friday Rancho La Presa 2nd and 4th Friday Rancho Latigo 2nd and 4th Friday Rancho Miel Carrillo Way to Paseo Corono 2nd and 4th Friday Rancho Milagro 2nd and 4th Friday Rancho Monona 2nd and 4th Friday Rancho Pancho 2nd and 4th Friday Rancho Quartillo 2nd and 4th Friday Rancho Reata 2nd and 4th Friday Rancho Rio Chico 2nd and 4th Friday Rancho Santa Fe Road 2nd and 4th Monday Rancho Vacada 2nd and 4th Friday Ratcliff Road 1st and 3rd Wednesday Ravine Drive 2nd and 4th Friday Recodo Court 1st and 3rd Monday Redwood Avenue 1st and 3rd Tuesday Reef Circle 2nd and 4th Monday Refugio Avenue 2nd and 4th Thursday Regatta Road 1st and 3rd Friday Remsen Court 1st and 3rd Friday Reposado Drive 1st and 3rd Monday Represa Circle 2nd and 4th Monday Retiro Street Renamed Richfield Drive 2nd and 4th Thursday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 48 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 43 Ridge Court 2nd and 4th Thursday Ridgecrest Drive 1st and 3rd Wednesday Rift Road 2nd and 4th Friday Rill Court 2nd and 4th Thursday Robertson Road 2nd and 4th Thursday Robinea Drive 1st and 3rd Friday Roble Place 2nd and 4th Monday Rocio Street 1st and 3rd Monday Rock Dove 1st and 3rd Friday Rock Ridge Road 2nd and 4th Tuesday Rockfield Court 2nd and 4th Thursday Rockrose Terrace 1st and 3rd Friday Rocoso Lane 2nd and 4th Monday Rogue Isle Court 2nd and 4th Tuesday Romeria Street 1st and 3rd Monday Roosevelt Street 1st and 3rd Tuesday Rose Drive 1st and 3rd Friday Rosemary Avenue 1st and 3rd Friday Royal Drive 2nd and 4th Tuesday Rustico Drive 1st and 3rd Monday Rutherford Road 2nd and 4th Wednesday Sacada Circle 1st and 3rd Monday Saddle Drive 2nd and 4th Thursday Sagebrush Road 1st and 3rd Friday Saliente Way 1st and 3rd Monday Salisbury Drive 1st and 3rd Thursday Salk Avenue 2nd and 4th Wednesday Saltaire Way 1st and 3rd Friday San Bristo Way 1st and 3rd Monday San Clemente not in Thomas Guide San Elijo Road 2nd and 4th Friday Sand Court 2nd and 4th Tuesday Sandalwood Lane 1st and 3rd Wednesday Sanderling Court 1st and 3rd Friday Sandpoint Court 2nd and 4th Thursday Sandra Place Renamed Sandstone Way 2nd and 4th Thursday Sandy Place 1st and 3rd Wednesday Santa Clara Way 1st and 3rd Thursday Santa Isabel Street 2nd and 4th Friday Santolina Way Not built Sapphire Drive 1st and 3rd Friday Sara Way 1st and 3rd Wednesday Sardonyx 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 49 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 44 Sausalito Avenue 1st and 3rd Thursday Savannah Lane 1st and 3rd Friday Schooner Way 2nd and 4th Tuesday Scott Drive 2nd and 4th Wednesday Sea Bluff Circle 2nd and 4th Wednesday Sea Bright Drive 2nd and 4th Tuesday Sea Bright Place 2nd and 4th Tuesday Sea Horse Court 1st and 3rd Friday Seashell Court 1st and 3rd Friday Sea Lion Place 1st and 3rd Monday Sea Otter Place 1st and 3rd Monday Seabrook Drive Renamed Seabury Street 2nd and 4th Thursday Seacrest Drive 1st and 3rd Wednesday Seaport Place 1st and 3rd Friday Seascape Drive 1st and 3rd Friday Seaview Way 1st and 3rd Wednesday Segovia Court 1st and 3rd Monday Segovia Way 1st and 3rd Monday Sequoia Avenue 1st and 3rd Tuesday Sereno Court 1st and 3rd Monday Serrano Court 1st and 3rd Monday Sevilla Way 2nd and 4th Thursday Shale Court 2nd and 4th Thursday Shasta Place 1st and 3rd Thursday Shawn Court 1st and 3rd Wednesday Shelley Place 2nd and 4th Monday Sheridan 1st and 3rd Tuesday Shore Drive 2nd and 4th Tuesday Sierra Morena Avenue 1st and 3rd Thursday Simsbury Court 2nd and 4th Thursday Sitio Abeto 1st and 3rd Monday Sitio Abridor 1st and 3rd Monday Sitio Algodon 2nd and 4th Friday Sitio Bahia 2nd and 4th Friday Sitio Baniano 1st and 3rd Monday Sitio Baya 2nd and 4th Monday Sitio Borde 2nd and 4th Monday Sitio Caliente 2nd and 4th Friday Sitio Calmar 2nd and 4th Monday Sitio Catana 2nd and 4th Monday Sitio Caucho 1st and 3rd Monday Sitio Cedrela 1st and 3 rd Friday Sitio Coco 1st and 3rd Monday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 50 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 45 Sitio Colina 2nd and 4th Friday Sitio Conejo 1st and 3rd Tuesday Sitio Corazon 2nd and 4th Friday Sitio Cordero 2nd and 4th Friday Sitio Damasco 1st and 3rd Tuesday Sitio Destino 2nd and 4th Friday Sitio Espino 1st and 3rd Monday Sitio Fresca 2nd and 4th Monday Sitio Fresno 1st and 3rd Monday Sitio Frontera 2nd and 4th Friday Sitio Granado 1st and 3rd Monday Sitio Lima 1st and 3rd Monday Sitio Lirio 1st and 3rd Monday Sitio Manana 2nd and 4th Friday Sitio Mirto 1st and 3rd Monday Sitio Musica 2nd and 4th Monday Sitio Nispero 1st and 3rd Monday Sitio Olmo 1st and 3rd Monday Sitio Peral 1st and 3rd Monday Sitio Redonda 2nd and 4th Monday Sitio Sabrosa 2nd and 4th Monday Sitio Sago 1st and 3rd Friday Sitio Salvia 1st and 3rd Monday Sitio Sandia 1st and 3rd Monday Sitio Solana 2nd and 4th Monday Sitio Vaquero 2nd and 4th Monday Sitio Tejo 1st and 3rd Monday Skimmer Court 1st and 3rd Monday Skyline Drive 2nd and 4th Wednesday Skysail Avenue Renamed Slippery Hills Lane Renamed Snapdragon Drive 1st and 3rd Friday Snipe Court 1st and 3rd Friday Snowdrop Way 1st and 3rd Friday Socorro Lane 2nd and 4th Friday Solandra Drive 1st and 3rd Friday Solano Street 1st and 3rd Monday Sombrosa Place 2nd and 4th Monday Sombrosa Street 2nd and 4th Monday Songbird Avenue 1st and 3rd Friday Sonora Court 1st and 3rd Thursday Sorrel Court 1st and 3rd Friday South Vista Way 1st and 3rd Monday Southampton Road 1st and 3rd Thursday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 51 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 46 Spanish Way 1st and 3rd Wednesday Spar Court 1st and 3rd Friday Sparrow Road 1st and 3rd Friday Spencer Lane 2nd and 4th Monday Spokane Way 1st and 3rd Thursday Spoonbill Lane 1st and 3rd Friday Spruce Street 1st and 3rd Wednesday Spyglass Court 2nd and 4th Wednesday St. George Court 1st and 3rd Thursday St. James Court 1st and 3rd Wednesday Stanford Street 1st and 3rd Thursday Starling Court 1st and 3rd Friday State Street Mon., Wed., Fri., weekly Steinbeck Court 2nd and 4th Wednesday Stella Maris Lane 2nd and 4th Tuesday Steven Circle 1st and 3rd Thursday Stillwater Court 2nd and 4th Thursday Stirling Avenue 2nd and 4th Thursday Stirling Court 2nd and 4th Thursday Stockton Place 2nd and 4th Thursday Stoneridge Road 2nd and 4th Thursday Strata Drive 2nd and 4th Thursday Stratford Lane 1st and 3rd Thursday Strawberry 1st and 3rd Friday Stromberg Circle 1st and 3rd Thursday Subida Terrace 1st and 3rd Monday Sugar Pine Road Private Summerwind Place 2nd and 4th Monday Sunburst Road 2nd and 4th Wednesday Sunflower Way 1st and 3rd Friday Sunnyhill Drive 2nd and 4th Wednesday Sunrise Circle 2nd and 4th Tuesday Surf Crest St 1st and 3rd Friday Surfside Lane 2nd and 4th Friday Surf Bird Circle 1st and 3rd Friday Sutter Street 1st and 3rd Thursday Swift Place Not built Sycamore Avenue 1st and 3rd Tuesday Syme Drive 2nd and 4th Tuesday Talus Way 2nd and 4th Thursday Tamarack Avenue Carlsbad Blvd. to I-5 Every Wednesday I-5 to Sunnyhill (south side) Every Wednesday I-5 to Sunnyhill (north side) Every Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 52 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 47 ECR to Glasgow Every Wednesday Harwich Dr to College Blvd 2nd and 4th Thursday Tara Court 2nd and 4th Tuesday Tea Tree Street 1st and 3rd Friday Telescope Avenue 2nd and 4th Wednesday Tern Place 1st and 3rd Friday Terraza Disoma 2nd and 4th Monday Terrace Place 2nd and 4th Thursday Thames Way 2nd and 4th Thursday The Crossings Drive 1st and 3rd Friday Thrasher Place 1st and 3rd Friday Tiburon Avenue 1st and 3rd Thursday Tierra del Oro Street 2nd and 4th Tuesday Tigereye Place 2nd and 4th Friday Titanite 2nd and 4th Friday Tolkien Way 2nd and 4th Monday Topeka Street 1st and 3rd Thursday Topiary Street 2nd and 4th Friday Topmast Drive 1st and 3rd Friday Torrejon Place 1st and 3rd Monday Torreyanna Circle 1st and 3rd Friday Towhee Lane 1st and 3rd Friday Town Garden Road 2nd and 4th Friday Trafalgar Lane 1st and 3rd Thursday Trailblazer Way 2nd and 4th Thursday Trigo Lane 1st and 3rd Monday Trieste Drive 1st and 3rd Thursday Triton Street 1st and 3rd Friday Truesdell Lane 1st and 3rd Wednesday Tule Court 1st and 3rd Friday Tulip Way 1st and 3rd Tuesday Tuolumne Place 1st and 3rd Thursday Turnstone Road 1st and 3rd Friday Tuttle Street 1st and 3rd Wednesday Twain Avenue 2nd and 4th Monday Tyler Street 1st and 3rd Tuesday Unicornio Court 2nd and 4th Friday Unicornio Place 2nd and 4th Friday Unicornio Street 2nd and 4th Friday Unicornio Way 2nd and 4th Friday Urubu Street 2nd and 4th Friday Valencia Avenue 2nd and 4th Thursday Valewood Avenue 1st and 3rd Thursday Valley Place 1st and 3rd Wednesday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 53 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 48 Valley Street Buena Vista Wy to Chestnut 1st and 3rd Wednesday Chestnut to Tamarack 2nd and 4th Wednesday Van Allen Way 2nd and 4th Wednesday Vancouver Street 2nd and 4th Thursday Velero Court Renamed Venado Street 1st and 3rd Monday Verde Avenue 1st and 3rd Monday Vermarine Court 2nd and 4th Friday Veronica Court 1st and 3rd Friday Via Adelea 1st and 3rd Monday Via Arce 1st and 3rd Monday Via Arequipa 2nd and 4th Thursday Via Calendo 2nd and 4th Monday Via Chica 2nd and 4th Monday Via Conquistador 2nd and 4th Friday Via Coslosa 1st and 3rd Monday Via Emerado 2nd and 4th Monday Via Ensenada 2nd and 4th Monday Via Feliz 2nd and 4th Monday Via Hinton 2nd and 4th Thursday Via Huja 1st and 3rd Monday Via Ipanema 2nd and 4th Monday Via Largo 2nd and 4th Monday Via Los Santos Renamed Via Marta 2nd and 4th Thursday Via Mirador 2nd and 4th Monday Via Opuntia 1st and 3rd Monday Via Orillia 2nd and 4th Monday Via Pepita 2nd and 4th Monday Via Romaza 1st and 3rd Monday Via San Clemente 2nd and 4th Monday Via Teca 1st and 3rd Monday Vianda Court 2nd and 4th Friday Victoria Avenue 1st and 3rd Thursday Viejo Castilla Way 1st and 3rd Monday Village Green Drive 2nd and 4th Friday Vireo Court 1st and 3rd Friday Vispera Place 2nd and 4th Friday Vista Acedera 1st and 3rd Monday Vista Canela 1st and 3rd Monday Vista Chaparrel 1st and 3rd Monday Vista Guyaba 1st and 3rd Monday Vista Higuera 1st and 3rd Monday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 54 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 49 Vista La Nisa 1st and 3rd Monday Vista Nuez 1st and 3rd Monday Vista Palma 1st and 3rd Monday Vistosa Place 1st and 3rd Monday Vuelta Court 1st and 3rd Monday Wadsworth Street 2nd and 4th Thursday Walnut Avenue 1st and 3rd Tuesday Washington Street Grand to Beech St 1st and 3rd Tuesday Oak to CVD 1st and 3rd Tuesday Waterbury Way 2nd and 4th Thursday Wayfinders Court 1st and 3rd Friday Weatherly Road 1st and 3rd Friday Wellspring Street 2nd and 4th Thursday West Cliff Court 2nd and 4th Friday West Oaks Way 2nd and 4th Wednesday West Ranch Street 2nd and 4th Thursday Westhaven Drive 2nd and 4th Wednesday Westwood Drive 1st and 3rd Wednesday Whimbrel Court 1st and 3rd Friday Whitesail Street 1st and 3rd Friday Whitesands Court 2nd and 4th Thursday Whitey Drive 2nd and 4th Tuesday Whitman Way 2nd and 4th Monday Wickham Way 1st and 3rd Wednesday Wildrose Terrace 1st and 3rd Friday Willow Place 1st and 3rd Friday Wilshire Avenue 2nd and 4th Thursday Wilson Street 1st and 3rd Wednesday Windflower Drive 1st and 3rd Friday Wind Star Way 1st and 3rd Friday Windrose Circle 1st and 3rd Friday Windsor Court 1st and 3rd Thursday Wintergreen Drive 1st and 3rd Wednesday Wisteria Way 1st and 3rd Friday Woodland Way North side 1st and 3rd Wednesday South side 2nd and 4th Wednesday Woodstock 2nd and 4th Thursday Woodvale Drive 2nd and 4th Wednesday Wright Place 2nd and 4th Wednesday Xana Way 2nd and 4th Friday Yarrow Drive 2nd and 4th Wednesday York Road 1st and 3rd Thursday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 55 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 50 Yosemite Street 1st and 3rd Thursday Yourell Avenue 1st and 3rd Wednesday Yuki Lane 2nd and 4th Tuesday Yvette Way 2nd and 4th Wednesday Zamora Way 2nd and 4th Friday Zebrina Place 1st and 3rd Friday Zodiac Street 2nd and 4th Friday Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 56 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 51 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 57 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 52 Exhibit “B” Contract Between City of El Cajon and SCA of CA, LLC (Bid No. 006-25) Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 58 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 CITY of EL CAJON PURCHASING DIVISION INVITATION TO BID FOR STREET SWEEPING SERVICES FOR THE CITIES OF EL CAJON, DEL MAR, AND SOLANA BEACH BID NUMBER: 006-25 DUE BEFORE: 2:00 P.M., April 22, 2024 TO BE USED IN CONJUNCTION WITH THE "2021 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" (GREEN BOOK), “2012 SAN DIEGO COUNTY REGIONAL SUPPLEMENT TO THE STANDARD SPECIFICATIONS” & “2022 SAN DIEGO REGIONAL STANDARD DRAWINGS”, ADOPTED BY THE DIRECTOR OF PUBLIC WORKS AS AUTHORIZED BY CITY COUNCIL ACTION ON SEPTEMBER 10, 2019. EXHIBIT 2Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 59 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 STREET SWEEPING SERVICES BID NO 006-25 C O N T E N T S TITLE PAGE NOTICE INVITING BIDS ............................................................................................................................. 5 SPECIFICATIONS ....................................................................................................................................... 7 I. SCOPE OF REQUIRED SERVICES ................................................................................................. 7 1. PUBLIC RELATIONS ........................................................................................................................ 7 2. SCHEDULING…………….. .............................................................................................................. 8 3. SPECIAL STREET SWEEPING .................................................................................................. 11 4. EMERGENCY SWEEPS …………….. ........................................................................................ 12 5. NEW SERVICES …………….. ..................................................................................................... 12 6. RE-SWEEPS .................................................................................................................................. 12 7. SWEEPING PRACTICES AND STANDARDS OF PERFORMANCE …………….. ............. 12 8. COMPETENT SUPERVISOR AND PROJECT MANAGER .................................................... 14 9. QUALIFIED STAFF…………….. .................................................................................................. 15 10. UNIFORMS .................................................................................................................................... 15 11. KNOWLEDGE, SKILLS, AND ABILITIES…………….. .............................................................. 15 12. CLEAN WORKSITE ...................................................................................................................... 15 13. NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTE REQUIREMENTS ……… .. 15 14. EQUIPMENT.................................................................................................................................. 16 15. DISPOSAL OF REFUSE AND DEBRIS AND USE OF TRANSFER SITE…………….. ......... 18 16. NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTE REQUIREMENTS ............... 18 17. SAFETY REQUIREMENTS…………….. .................................................................................... 18 18. TRAFFIC CONTROL .................................................................................................................... 19 19. UTILITY COORDINATION…………….. ...................................................................................... 19 20. WATER/WATER DISTRICTS ...................................................................................................... 19 21. AUTHORITY AND INSPECTIONS…………….. ......................................................................... 20 22. QUANTITIES/MINOR MODIFICATIONS AND/OR ADDITIONAL WORK ................................ 21 23. MEETINGS…………….. ............................................................................................................... 21 24. REPROTING.................................................................................................................................. 21 25. COMPENSATION…………….. .................................................................................................... 22 26. WITHHOLDING PAYMENT .......................................................................................................... 23 27. STOP WORK…………….. ........................................................................................................... 23 28. RISK MANAGEMENT……………................................................................................................ 23 29. INSVESTIGATION ........................................................................................................................ 23 30. PROJECT SPECIAL REQUIREMENTS…………….. ................................................................ 24 INFORMATION FOR BIDDERS ............................................................................................................... 26 1. GENERAL INFORMATION ............................................................................................... 26 2. ELECTRONIC FORMAT RECEIPT AND OPENING OF PROPOSALS ............................. 26 3. ELECTRONIC BID SUBMISSIONS CARRY FULL FORCE AND EFFECT ....................... 26 4. EXAMINATION OF PLANS ............................................................................................... 27 5. PROPOSAL FORM ........................................................................................................... 27 6. ADDENDA ........................................................................................................................ 27 7. REJECTION OF PROPOSALS ......................................................................................... 27 8. BIDDERS SECURITY ....................................................................................................... 27 9. RETURN OF BIDDER’S SECURITY ................................................................................. 28 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 60 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 10.BID PROTEST ................................................................................................................ 28 11. AWARD OF CONTRACT ................................................................................................ 29 12. EXECUTION OF CONTRACT ......................................................................................... 29 13. CONTRACT BOND ......................................................................................................... 30 14.GUARANTEE .................................................................................................................. 30 GENERAL CONDITIONS ......................................................................................................................... 31 ARTICLE 1 - - DEFINITIONS ................................................................................................ 31 ARTICLE 2 - PRELIMINARY MATTERS ............................................................................... 32 ARTICLE 3 - CONTRACT DOCUMENTS; INTENT ............................................................... 33 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS .................................... 33 ARTICLE 5 - BONDS AND INSURANCE .............................................................................. 34 ARTICLE 6 - THE CONTRACTOR'S RESPONSIBILITIES ................................................... 35 ARTICLE 7 -- OTHER WORK ............................................................................................... 40 ARTICLE 8 -- THE OWNER'S RESPONSIBILITIES .............................................................. 40 ARTICLE 9 -- OWNER'S REPRESENTATIVE STATUS DURING CONSTRUCTION ........... 40 ARTICLE 10 -- CHANGES IN THE WORK ............................................................................ 43 ARTICLE 12 - PAYMENTS TO THE CONTRACTOR AND COMPLETION ........................... 45 ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION ............................................ 47 ARTICLE 14 – DISPUTE RESOLUTION ............................................................................... 48 ARTICLE 15 - MISCELLANEOUS ......................................................................................... 49 ARTICLE 16 - CALIFORNIA STATE REQUIREMENTS ........................................................ 50 SPECIAL CONDITIONS ........................................................................................................................... 55 1. INFORMATION ITEMS .................................................................................................... 55 2. CONTRACT PERIOD ....................................................................................................... 55 3.FIRM FIXED PRICES ....................................................................................................... 55 4.PRICE ADJUSTMENT CLAUSE ...................................................................................... 55 5.ALTERNATES .................................................................................................................. 55 6.SPECIALTY ITEMS .......................................................................................................... 55 7.OFF-ROAD DIESEL REGULATION AMENDMENTS ....................................................... 56 8.UNDERGROUND UTILITIES ............................................................................................ 56 9.STORMWATER MANAGEMENT AND DISCHARGE CONTROL ..................................... 56 10.PROJECT MANAGEMENT DOCUMENTATION & ADMINISTRATION ........................... 58 11.LCP TRACKER SOFTWARE (CERTIFIED PAYROLLS)................................................. 59 BID ............................................................................................................................................60 NON-COLLUSION DECLARATION .......................................................................................... 62 BIDDER'S BOND TO ACCOMPANY PROPOSAL .................................................................... 63 DESIGNATION OF WORKER CLASSIFICATIONS .................................................................. 65 DESIGNATION OF SUBCONTRACTORS ................................................................................ 67 BIDDER’S STATEMENT REGARDING INSURANCE COVERAGE .......................................... 69 EXPERIENCE STATEMENT .................................................................................................... 70 PUBLIC AGENCY CLAUSE ...................................................................................................... 71 OPTION TO RENEW ................................................................................................................ 72 CALIFORNIA AIR RESOURCES BOARD OFF-ROAD DIESEL REGULATION ........................ 73 ACCEPTANCE OF CITY OF DEL MAR STANDARD AGREEMENT ........................................ 74 BIDDER'S ORGANIZATIONAL INFORMATION ....................................................................... 75 SAMPLE OF PERFORMANCE BOND ...................................................................................... 76 SAMPLE OF LABOR AND MATERIAL BOND .......................................................................... 77 SAMPLE OF CERTIFICATION BY CONTRACTOR .................................................................. 78 EXIBIT 1 – SAMPLE: CERTIFICATE OF COMPLIANCE FOR THE IN-USE OFF-ROAD DIESEL-FUELED FLEETS........................................................................................................ 80 ATTACHMENT A – CITY OF DEL MAR STANDARD AGREEMENT .................................................. 81 ATTACHMENT B – CITY OF SOLANA BEACH INSURANCE REQUIREMENTS ..................... 91 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 61 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 ATTACHMENT C – SWEEPING QUANTITY DETAIL ............................................................... 92 ATTACHMENT D –SCHEDULE AND MAPS FOR THE CITY OF EL CAJON ........................... 93 ATTACHMENT E –SCHEDULE AND MAPS FOR THE CITY OF DEL MAR ............................ 96 ATTACHMENT F –SCHEDULE AND MAPS FOR THE CITY OF SOLANA BEACH ................. 98 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 62 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 CITY OF EL CAJON NOTICE INVITING BIDS PUBLIC PROJECT: STREET SWEEPING SERVICES Bid No. 006-25 BIDS MUST BE RECEIVED BEFORE: 2:00 p.m. on April 22, 2024 PLACE OF RECEIPT OF BIDS: Electronic Submission via PlanetBids NOTICE IS HEREBY GIVEN that the Cities of El Cajon, Del Mar, and Solana Beach (“Cities”) are conducting a joint proposal solicitation process and seeking proposals from qualified companies (“Contractors”) to provide street sweeping services for the three Cities. The City of El Cajon (City), California, on behalf of the three Cities, will receive electronic bids via PlanetBids before the time and date set forth above, for the above project. All bids shall be made on the forms furnished by the City and shall be submitted electronically. Reference is made to the specifications and detailed drawings for said work, on file in the Office of the City Purchasing Agent, in accordance with which said work shall be done. A copy of said specifications and the bid forms may be downloaded from the City’s PlanetBids website (https://www.planetbids.com/portal/portal.cfm?CompanyID=14593). For assistance with downloading these documents, please contact the Purchasing Division at purchasing@elcajon.gov. Bidders must register as a vendor on PlanetBids (https://www.planetbids.com/portal/portal.cfm?CompanyID=14593) in order to download specifications, plans, prospective bidders list, bid documentation, and to receive addenda and notifications when issued. No pre-bid conference will be held. The plans and specifications show general information only. It shall be the bidder’s responsibility to examine the project site(s) in order to determine the exact existing conditions, and the character and extent of the work to be performed. The bidder’s omission, or failure to visit the project site(s) and acquaint itself with existing conditions shall in no way relieve the successful bidder from obligations with respect to the Contract. Submission of a bid shall be prima facie evidence of the bidder’s compliance with this requirement. The general prevailing wage rate of per diem wages, as determined by the Director of Industrial Relations, are available from the DIR website at www.dir.ca.gov/OPRL/Pwd. Any successful bidder who intends to use a craft of classifications not shown on the general prevailing wage determinations may be required to pay the wage rate of the craft or classification most closely related to it as shown in the general determinations effective at the time of the call for bids. A Performance Bond and Labor and Material Bond, each in an amount equal to 100% of the contract price, shall be executed by the successful bidder within ten days after the Notice of Award of Contract has been mailed. Securities or bank or savings and loan certificates of deposit may be substituted for any moneys withheld to ensure performance of the contract, pursuant to Section 22300 of the California Public Contract Code. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 63 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Bidders shall upload electronic proof of Bid Security with the electronic bid submission and an original hardcopy bid security must be received by the City before the time the bids are due in one of the following forms: a check made payable to the City of El Cajon and certified by a responsible bank, in an amount which shall not be less than 10% of the amount of the bid, or by a surety bond for said amount and so payable, executed by a surety company authorized to do business in the State of California, and satisfactory to said City. Bids shall be submitted electronically through the City’s PlanetBids website at https://www.planetbids.com/portal/portal.cfm?CompanyID=14593. The results of the bidding and the calculations of the bids will be reported to the City Council at a meeting subsequent to the date above set for the opening of bids. The City Council reserves the right to reject any and all bids if it considers it necessary to do so for the public good, and it may reject the bid of any bidder who has been delinquent or unfaithful in any former contract with the City. NOTE: No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Division 3, Chapter 9, Section 7000 et. seq., of the Business and Professions Code. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform the public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. /s/ Mara Romano Purchasing Agent March 14, 2024 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 64 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 7 SPECIFICATIONS The Cities of El Cajon, Del Mar and Solana Beach (Cities) are seeking a qualified Contractor to provide street sweeping services which will include, but are not limited to, power sweeping arterial, industrial, collector, business and residential streets, parking lots and alleys. Unless specified otherwise in each section or sub-section, the specifications provisions outlined below apply to all Cities. The objective is for each City to enter into an agreement with the selected vendor for the administration of the Cities’ street sweeping services effective July 1, 2024. All Cities intend to enter into an agreement with the same selected vendor under the same fee schedule per unit; however, the actual terms of these contracts may vary depending on the requirements of each City. The City of Del Mar’s standard agreement is attached as Attachments A. The City of Solana Beach’s Insurance Requirements are attached as Attachment B. I. SCOPE OF REQUIRED SERVICES The requirement of this Contract is to provide professional street sweeping services, including street sweeping, parking lot sweeping, and other similar sweeping activities required to maintain the City streets and parking lots in a safe and attractive condition. The Contractor will be required to perform and complete the proposed street sweeping services in a thorough and professional manner, and to provide all labor, tools, equipment, materials, and supplies necessary to complete the work according to generally accepted industry practices and standards, and in a timely manner that will meet the City’s requirements. The Contractor will legally dispose of all refuse and debris collected by its street sweeping operations within the City of El Cajon, the City of Del Mar and the City of Solana Beach by dumping such daily debris at the respective City’s Contract Waste Hauler’s Facility or designated City dump site (please see Section 15 below, “Disposal of Refuse and Debris” for more information and requirements). The specifications contained herein are designed to establish an effective, efficient, and safe system of street and parking lot sweeping that provides for the following intended purposes: Establish and maintain a continuous level of cleanliness of City streets and parking lots in order to assure protection of the environment as well as the health, safety, and welfare of the community. Collect sediment, particulate, debris, and any other materials on the street or parking lot surface to help prevent them from entering the storm drain system and watershed. Clean City streets and parking lots in a systematic and coordinated manner that compliments solid waste collection and other City services, by a routine system that will improve the current cleaning practices. Utilization of a reliable sweeping schedule and route map. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 65 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 8 1. Public Relations The Contractor shall endeavor to maintain good public relations at all times with the public. All work shall be conducted in a manner which will cause the least possible interference with or annoyance to the public. The City of El Cajon plan to publish the Contractor’s contact information for citizens to contact them directly. The Contractor shall establish and execute a comprehensive customer service program, encompassing the following: The Contractor shall provide both telephone and email channels to receive customer service requests for the City of El Cajon, ensuring accessibility to the public. For the Cities of Del Mar and Solana Beach, customer service requests from the public will be directed to the City. The City of Del Mar shall receive and process citizen complaints. The City shall notify Contractor of corrections and any re-sweeps required following complaints by issuance of a work order. The City will verify complaints, and no challenge on the part of the Contractor of the work order shall be entertained. Copies of the citizen complaints shall be forwarded to Contractor upon request, and the frequency of such complaints will be noted in any subsequent unsatisfactory reports, which might be filed against Contractor The Contractor shall undertake to resolve customer complaints within a timeframe of 24 hours after the City’s request, demonstrating a commitment to efficient problem resolution. An emergency request by the City must be resolved as specified in Section 4 below – Emergency Sweeps. Maintain detailed records of customer complaints and the corresponding corrective actions taken. These records should be meticulously documented in an Excel worksheet to ensure transparency and accountability. Provide the City with comprehensive customer service reports on a monthly basis. These reports should include, but not be limited to, a summary of received requests, response times, resolution outcomes, and any trends observed. 2. Scheduling A. Scheduling Requirements Contractor shall follow the sweeping schedules provided by City with special emphasis on the downtown business district and schools. At no time shall the sweeping schedule be changed, modified or otherwise updated without prior approval of City. See Attachment D, E, & F – Schedule & Maps. Subject to each City approval, the Contractor shall arrange residential sweeping routes to sweep areas adjacent to schools during times of least traffic and parked vehicles, i.e. early morning. Unless approved by City, Contractor shall not sweep areas adjacent to school areas during regular school hours. Contractor shall conform to sweeping schedules as noted on maps and schedules attached hereto as Attachment B, unless Contractor proposes Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 66 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 9 alternative schedules and submits the alternative schedules, with maps, as part of their proposal and said schedules are approved. No changes in sweeping schedules will be allowed without the approval of the City. City may modify the sweeping schedules with ten (10) working days’ notice to Contractor or immediately in case of emergency or for good cause. Contractor shall complete all sweeping per approved schedule. Mechanical failures or personnel issues shall not be acceptable reasons for Contractor’s failure to comply with its obligation hereunder. The City may add postings or reschedule streets differently at no additional cost as long as the schedule is within four (4) hours of the original schedule, but will coordinate these efforts with Contractor to consider route efficiencies where possible. B. Parking Lots Contractor shall follow the sweeping schedules provided by the Public Works Department – Attachment D, E & F. At no time shall the sweeping schedule be changed, modified, or otherwise updated without prior approval of City. The Contractor shall report all observations of: graffiti and other vandalism, illegal activities, missing or damaged equipment or signs, and hazards or potential hazards. i. Hours and Days of Maintenance Services The hours during which the sweeping shall be performed shall be during non-working hours, any and all specifically posted parking restrictions to facilitate parking lot sweeping, and generally those which are most convenient and appropriate to provide adequate Parking Lot Sweeping Service to the City. The City’s designated representative has the authority to revise or change the schedule and hours from time to time as the need may arise. ii. Locks and Keys City may develop an initial chain and lock system for gates during the term of this agreement. Contractor shall be responsible for purchasing similar locks upon loss of any City-owned locks. City shall provide Contractor on a one for one exchange, locks that have been vandalized or are inoperable. Key Control Contractor shall be responsible for the series of keys assigned to them and will in turn assign these keys to their personnel for use in maintaining this facility. Contractor will be held responsible for the proper use and safe keeping of all keys issued by the City to the Contractor. Contractor shall report all lost or stolen keys to the City’s designated representative within twenty-four (24) hours of Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 67 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 10 discovery of the loss. Contractor shall reimburse the City for the costs as determined by the City’s designated representative of re-keying the facility and of duplicating additional keys. Upon termination, cancellation, or expiration of this agreement all keys received by the Contractor shall be returned to the City’s designated representative. California law stipulates that it is unlawful for a person to duplicate any keys without the permission of the owner. The penalty for violation of this law is either six (6) months imprisonment or a Five Hundred Dollar ($500) fine or both. C. Working Hours and Notification The Contractor’s working hours, for normal work, are between 7:00 a.m. and 4:30 p.m. Monday through Friday, excluding recognized holidays, for most routes. The downtown routes (business district) and commercial streets (see attached Sweeper Distance Weekly and Sweeper Distance Medians maps) are to be swept between 2:00 a.m. and 6:00 a.m. The exception to normal working hours will not be allowed without prior authorization from the City’s designated representative. The Contractor is required to notify the City seventy-two (72) hours’ notice prior to commencing the work outside of normal business hours. D. Holidays No sweeping shall occur on the following City-observed holidays, unless approved in writing and in advance by City. New Year’s Day Martin Luther King Jr. Day Presidents’ Day Memorial Day Independence Day Labor Day Veterans’ Day Thanksgiving Day after Thanksgiving Christmas Eve Christmas Day New Year’s Eve The Contractor will observe the City recognized holidays on a yearly basis and no deduction in payment for services not provided on such holidays shall be made. E. Inclement Weather Conditions A scheduled sweep shall not be canceled for inclement weather by the Contractor without approval of the City. During inclement weather a two-hour standby period between 7:00 a.m. and 9:00 a.m. will be observed before a Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 68 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 11 scheduled residential route will be canceled. The City reserves the right to suspend sweeping functions on a day-to-day basis. If Contractor is not notified in advance by the City, and in Contractor’s best professional opinion concerning inclement weather, believes their equipment and operator does not have the ability to sweep cleanly and thoroughly, Contractor may cancel scheduled routes. Contractor must immediately notify City and advise them of such decision prior to 7:30 a.m. Contractor must follow up with direct City contact by email. No voice mail to City may be used by Contractor for City notification and/or approval of this cancellation. Only direct telephone contact/notification with City will be acceptable. In all cases, City shall have final approval of any decision in these instances. Contractor will provide City credit for work not performed in accordance with the compensation rate hereinafter specified. When inclement weather, in the opinion of the City, prevents adherence to the regular sweeping schedule, with prior City notification and direction, the Contractor shall not be required to comply with the schedule. However, the Contractor shall normally, and with City direction/approval, perform all extra work resulting from such inclement weather cancellation, during the next regularly scheduled route. Contractor shall provide City credit for the work not performed in accordance with the compensation rate hereinafter specified. In the event the Contractor is prevented from completing the sweeping as provided in the City’s schedule for Non-Posted routes because of equipment breakdown or reasons other than inclement weather, the Contractor shall be required to complete the sweeping as soon as is practicable but no later than five (5) work days from the original schedule and shall not sweep on the City’s waste hauler (EDCO) scheduled pick-up service day. Should the City’s designated waste pick-up service day change, the City will work with the Contractor to modify the sweeping schedule. If not swept as noted above, Contractor shall provide the City credit for the work not performed in accordance with the compensation rate hereinafter specified. 3. Special Street Sweeping Occasional special sweeping will be required by the Contractor to include: add-on scheduled and non-scheduled street sweeping of special events, spills, and unusual conditions or any other sweeping requested by the City not included in routine/scheduled sweeping. Billing for special sweeps is based on an hourly rate with a stipulated one hour minimum charge for each occurrence. Sweeper travel time shall not to exceed 30 minutes each way (if required) included as per bid item No. 3 and no additional compensation will be allowed. If needed during a regularly scheduled sweeping route time, street sweeper shall temporarily postpone scheduled sweeps and respond to special sweep locations once contact and such direction has been made to Contractor’s office or field personnel by City staff. Scheduled sweeps will resume once special sweep has been completed so as location may be inspected and verified for cleanliness. Special sweeps are to be completed during an agreed upon day and time. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 69 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 12 4. Emergency Sweeps Occasional sweeping will be required by Contractor to include non-hazardous spills, accident clean-ups, and unusual conditions which would require after-hour, weekend, and holiday responses. On-site responses to emergency sweeps shall be within one (1) hour of notification by City. Contractor shall provide City with name and phone number of contact supervisor for after-hour emergency sweeps. Sweeper travel time shall not to exceed 30 minutes each way (if required) included as per bid item No. 4 and no additional compensation will be allowed. 5. New Services In the event the City desires to extend the street sweeping program to include new streets, alleys, or public parking lots constructed after the effective date of this agreement, the contractor shall be paid monthly at the appropriate curb mile rate identified in the bid. 6. Re-Sweeps Re-sweeps are those required by the Contractor when, after inspection by the City, are deemed by the City in its sole discretion not to meet stated performance standards, or when a street or section has been missed during the regularly scheduled street sweeping. Re-sweeps shall be completed at no additional cost to the City and at the sole expense of the Contractor. A. Responses to residential re-sweeps shall be within the same day area/route is swept or at a day and time as stipulated by City, after being notified by the City and are to be completed at the expense of the Contractor. High profile residential re-sweeps will be completed prior to 4:00 p.m. the same day Contractor was notified by City. B. Arterial, business district, industrial, and parking lot re-sweeps will be completed prior to 7:00 a.m. of the following day after Contractor was notified by City. C. Contractor shall notify City when any re-sweeps are completed so City staff may inspect and verify work. D. Re-sweeps are not considered satisfactory performance and may be considered in any warning notices and/or decisions to renew or terminate the contract. 7. Sweeping Practices and Standards of Performance A. Area of Street Area of street shall include curb lines along both sides of the roadway or to the edge of pavement on streets or alleys without curbs, along raised medians, over all portions of painted medians, painted left and right turn pockets, and all intersection cross gutters. Noses or end of curbed medians and intersection Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 70 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 13 turn pockets and arterial intersection’s center areas and dead spots are to be maintained at the same frequency schedule as the median or intersection for which they are associated and included in the curb mile price. Curb return (radius’) at intersections of streets shall be swept along their entire length and free of debris on scheduled sweep route days. While Contractor is normally responsible for sweeping a minimum of eight (8) foot clearing strip (sweeper width), curb to curb sweeping or a portion of it may be needed at some locations due to unforeseen circumstances. City parking lots and maintenance yard shall be swept in their entirety (curb to curb). B. Flow of Traffic Sweeping shall be accomplished in the same direction as traffic flow at all times while sweeping all streets and alleys. C. Warning Devices When sweeping, the vehicles shall be equipped with sufficient warning devices to provide a safe condition for driver and all other persons. D. Sweeping Speed Sweeping speed shall be adjusted to each type of street for safety and effectiveness, with a maximum speed of eight (8) miles per hour (MPH). City streets swept while driver exceeds the above stated speeds shall be re-swept in their entirety by Contractor, at Contractor’s expense. Speed shall be sufficiently slow to be safe and to pick up all debris. Contractor’s drivers of street sweepers shall maintain good safety and driving records and use extreme caution during sweeping operations. E. Extra Effort While street sweeping shall normally consist of a single pass over an area, the Contractor shall make additional passes, or such extra effort as may be required to adequately clean the street. Heavy debris such as accumulated silt, compacted dirt, leaves and similar debris shall be removed by sweeper unless the removal cannot be accomplished without damage to the equipment or inflicts personal injury. Extra effort shall be required when street debris is moved by the sweeper to an area outside the normal sweeping path along the curb line, at intersections and cross drains. Extra effort shall be required when sweeping equipment leaves a dirt/silt smear in its swept pathway. Extra effort will be strictly enforced during and after windy conditions and storm weather. The cost of any extra effort shall be included in the contract cost per curb mile. F. Obstructions Non-swept or items that cannot be swept such as tree limbs, palm fronds, rocks, trash, and debris shall be removed from the sweeping path by the sweeping operator rather than going around. Larger obstructions such as Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 71 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 14 impaired vertical and/or horizontal clearances by tree limbs, construction or landscaping debris, etc., shall be immediately reported to the City when the location cannot be swept. Repeated failure to provide this information will be grounds for unsatisfactory performance. Contractor may go around heavy/large amounts of homeowner landscaping debris, landscape company debris or construction debris only when all of the following conditions are met: i. Source of debris is obvious and not natural accumulation. Debris should be bagged and/or disposed of by responsible party. ii. Contractor notifies City within 24 hours. Contractor is not responsible for areas missed because of parked vehicles and other personal property such as basketball standards and skateboard ramps, unless easily removed from the sweeping pathway, such as toys and bicycles. The Contractor shall notify the City of any items that restrict him from sweeping the area. G. Level of Cleanliness Contractor shall remove all loose debris obstructions and material normally picked up and removable by a fully operational street sweeper. This includes, but is not limited to: sand, gravel, glass, nails, bottles, cans, leaves, silt, mud, and litter. Debris swept onto residential and arterial driveway aprons, sidewalks, and access ramps will require additional passes by the sweeper operator. If debris cannot be re-swept, the driver/sweeping Contractor shall be responsible for the manual clean-up. Clean-up will be completed at time of occurrence at the Contractor’s expense. H. Notification of Non-Sweeping Contractor shall provide City, on all sweeping days, a list of all streets not swept when regular sweeping schedule is interrupted by inclement weather and/or street repairs and shall deduct said streets and mileage from the sweeping billing for that day. Contractor shall provide a list of non-sweepable streets to the City by email by the end of the same work day. The City shall attempt to notify the Contractor by phone, voicemail, or email the day before a scheduled sweeping day or prior to 7:00 a.m. of the same scheduled sweeping day of non-sweep day and will not be paid for by the City unless an alternative sweeping schedule is coordinated by the Contractor and is submitted to the City for approval. 8. Competent Supervisor and Project Manager The Contractor shall have competent working supervisors assigned to this contract at all times when work is being performed. Each supervisor must be capable of communicating effectively both in written and oral English, and hold the necessary certifications or credentials as described for that position. All supervisors must possess adequate technical background to ensure that all work is accomplished per provisions of this Contract. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 72 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 15 Contractor is required to have a competent Project Manager available by telephone during both normal and non-normal work hours that is assigned to provide direct and prompt attention to requests from the City or in case of an emergency. 9. Qualified Staff Contractor shall employ sufficient personnel qualified by reason of education, training, and experience to discharge the services agreed to be performed by Contractor. Contractor shall provide service of the highest quality at all times, and personnel retained to perform this service shall be temperate, competent, and otherwise fully qualified to fulfill the Contractor’s obligations under the Contract. 10. Uniforms All employees of Contractor performing services shall appear neat and well- groomed at all times. All shirts, jackets or safety vests shall be clearly marked with company identification and the name of the employee wearing the uniform in the field. Contractor employees shall wear appropriate safety gear as required by any applicable laws. 11. Knowledge, Skills, and Abilities The Contractor’s employees shall be subject to the following minimum knowledge, skills, abilities, and requirements: A. The proper license to operate equipment; B. Ability to operate and maintain equipment in accordance with the manufacturer’s recommendations; C. Mechanical ability to make required operator adjustments to the equipment being used; D. Knowledge of safety regulations as they relate to maintenance services and traffic control; and E. Ability to speak and read effectively in English. 12. Clean Worksite Upon completion of work on individual street segments that are under the Contract, Contractor shall assure the area is clear of all rubbish, excess materials, and equipment. All sections of the work area shall be left in a neat and presentable condition. Care should be taken to prevent spillage on streets over which work or hauling is done, and any such spillage or debris deposited on street due to Contractor operation shall be cleaned up immediately, at the Contractor’s expense and at no time shall the City be billed for such clean-up. 13. National Pollutant Discharge Elimination System (NPDES) Requirements Contractor shall demonstrate to the satisfaction of the City that contract performance meets all applicable Federal and State NPDES waste discharge Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 73 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 16 permitting requirements. Contractor shall comply with applicable Stormwater pollution prevention best management practices (BMP) standards including City of El Cajon, City of Del Mar and City of Solana Beach guidelines and regulations. 14. Equipment A. Equipment Requirements The type of equipment used by Contractor shall be equipped in accordance with all applicable laws and be certified by the Air Quality Management District as meeting the Rule 1186 sweeper certification procedures and requirements for PM10 efficient sweepers. The quality of the equipment used by Contractor for sweeping shall be sufficient to perform the work herein within the hours of work specified herein and Contractor shall provide Three (3) primary sweepers and one (1) back-up sweeper. All sweepers used in the City of El Cajon shall not be older than four (4) years old and shall be equipped with dual gutter brooms. All sweepers shall be regenerative air sweepers (i.e. TYMCO, Model 600, as an example only) under this agreement/contract. All sweepers must have a minimum hopper capacity of five (5) cubic yards. For the Cities of Del Mar and Solana Beach, sweepers shall have the capability to “high dump” into a 20 cubic yard dumpster. During and after inclement weather, mechanical broom or approved equivalent sweepers may be required by the City to sweep the City streets rather than using regenerative air sweepers as deemed necessary by the City on a daily basis. All sweeping equipment used by Contractor shall have the same curb mile cost. If City determines in its sole discretion that the equipment used by Contractor cannot or does not perform the services required of Contractor to the City’s expectation of quality, City may require Contractor to use equipment which does meet City’s quality expectation and Contractor shall use such new equipment as soon as practicable but not later than thirty (30) days following City request. B. Equipment Identification All vehicles shall have safety features, shall be painted a neutral uniform color (to be approved by City); be maintained in a neat, clean, and orderly manner; shall be in good working order; and shall bear in legible letters the Contractor’s name, license number, and phone number. The City may reject any vehicle or piece of equipment and order it removed from the job site for failure to comply with this section. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 74 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 17 C. Communication All Contractor personnel and units shall have a cell phone. Phone numbers shall be provided to City for communication prior to beginning of contract, and anytime a phone number is changed, City shall be notified immediately with the new number. D. Equipment Tracking Sweepers and any equipment used in the performance of this contract shall be equipped with an on-board GPS tracking system. Each system shall have the capability of providing, at a minimum, location, speed of travel, distance traveled, path of travel, and duration of stops. Contractor is required to provide GPS start and stop time to the City as proof of maximum speed limit compliance. Contractor is required to provide City with secure website access to obtain immediate or historical details on equipment used in the performance of this contract. Contractor is also required to provide City with smartphone applications to track equipment. E. Maintenance of Sweepers/Equipment Equipment shall be maintained both visually and operationally in good condition. Paint and body of sweeper shall be maintained in good condition with no visible rust or body damage. Vehicle engine shall be routinely maintained as to ensure a high level of service during all sweeping operations and must comply with all State of California Department of Motor Vehicles, Cal/OSHA, and all other applicable standards required by Federal, State, County, and City regulations. All sweepers shall maintain brushes and brooms in proper condition and shall replace them as recommended by the manufacturer, or when pick-up becomes impaired. i. Overnight parking of equipment, leaving unattended debris, and staging of materials on City streets or on City owned property will not be permitted, unless prior written approval is received from the City. The City of El Cajon offers for lease an equipment staging area equipped with washout facilities situated at the El Cajon Public Works Yard, located at 1050 Vernon Way, El Cajon, CA 92020. City of Del Mar has an option to stage equipment with washout facilities located at the Del Mar Public Works Yard, 2240 Jimmy Durante Blvd, Del Mar, CA 92014. ii. All equipment used and all maintenance practices employed shall be subject to the inspection of the City’s designated representative and shall meet safety and functional requirements described herein. All vehicles and equipment operating under this Contract shall be properly marked with company identification and shall not include any type of advertising, including printed, painted, signs or any other method. All equipment must be maintained in a good state of repair. All safety guards shall be in place. No equipment shall leak oil or fluids. Equipment drive belts and hoses shall be covered and in good repair and show no sign of fraying. No equipment shall present any potential danger to the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 75 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 18 operator, co-workers, passing motorists or pedestrians. Failure to comply with this provision will be cause to have the equipment removed from the job site. iii. It is the Contractor’s responsibility to maintain a sufficient inventory of equipment so as to complete work as specified. 15. Disposal of Refuse and Debris and Use of Transfer Site Contractor shall legally dispose of all refuse and debris collected by its street sweeping operations. Waste generated in the City of El Cajon can be disposed of with EDCO. located at 8184 Commercial St, La Mesa, CA 91942. Waste generated in the City of Del Mar can be disposed of in a provided 20 cubic yard dumpster located at the Del Mar Public Works Yard, 2240 Jimmy Durante Blvd, Del Mar, CA 92014. Waste generated in the City of Solana Beach can be disposed of in a provided 20 cubic yard dumpster located at the Solana Beach Works Yard, 1764 Highland Drive, Solana Beach, CA. 92075. Any transfer sites required by the Contractor shall be approved by the City and shall not be stored over 12 hours. No sweeper debris shall be dumped on any City public street or public rights-of-way. At the end of each month, the Contractor shall provide the Superintendent a report depicting the sum of all debris/refuse collected, as well as the time, location, name, address of the lawful disposal site. NOTE: See also number 16 below for additional monthly debris/refuse reporting requirements. 16. National Pollution Discharge Elimination System (NPDES) Requirements Contractor shall comply with all requirements of NPDES permits including preparation and submittal to the City or other agencies, of the monthly report which includes information regarding quantity of material picked up during the sweeping process. Sweeping is being performed in part so the City will comply with NPDES permit requirements. The permit seeks to control pollutants reaching bodies of water. To comply with NPDES permit requirements, the Contractor shall submit to the City monthly a written report which shall identify the equipment used and the quantity of material collected during the sweeping process. The Contractor shall report to the City evidence of illegal and improper dumping as it is identified and within the monthly report. Illegal and improper dumping reports shall include the date the discovery, approximate location, and a general description of the material including volume or weight measure of removed debris. Contractor shall report information as noted by the sweeper operator regarding the condition of streets, catch basins, tree problems, and vehicle parking. 17. Safety Requirements The Contractor shall conduct all work outlined in the Contract in such a manner as to meet all accepted standards for safe practices during the operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work, and agrees additionally to accept the sole responsibility for complying with all City, County, State, Federal or other legal Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 76 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 19 requirements. 18. Traffic Control The Contractor shall be responsible for traffic control and safety regulations as related to any City, State, County or Federal requirements while working in the public right-of-way or on any City project. The design and operation of work zone traffic controls must comply with US Department of Transportation/Federal highway Administrative guidelines and any City, County or State supplements guidelines and/or regulations and laws. All operations will be conducted by the Contractor to provide maximum safety for the public according to the most recent edition of the MUTCD (Manual on Uniform Traffic Control Devices) and any California supplements to the MUTCD and any local regulations. Where work is in progress, each street shall be open to local traffic at all times unless prior arrangements have been made and approved by the City’s designated representative. The Contractor shall display standardized warning signage when controlling traffic around any area used for staging or working in any area that is subject to pedestrian or vehicular traffic. At no time shall traffic be permitted to enter, or operations allowed to continue, in any work zone that presents a dangerous condition to pedestrian and/or vehicular traffic. The Contractor may be required to submit a traffic control plan to the Engineering Department as directed by the City’s designated representative. 19. Utility Coordination The Contractor shall recognize the rights of utility companies within the public right- of-way or on any City project and their need to maintain and repair their facilities. The Contractor shall exercise due and proper care to prevent damage to utility facilities and to adjust schedules when utility operations prevent the Contractor from maintenance during a specified time frame. No additional compensation will be allowed for complying with these requirements. Contractor shall notify the City’s designated representative of any utility that is disturbed or damaged and shall contact the appropriate utility to arrange for repair. 20. Water/Water Districts Water shall be used during all sweeping operations to minimize dust “except” when requested “not to be utilized” by City staff. As part of the street sweeping services for the City of El Cajon, the Contractor shall make all necessary arrangements through the Helix Water District to obtain and pay for water necessary for all sweeping services and operation and include the cost thereof in the various proposal prices. No additional compensation will be paid therefore. As part of the street sweeping services for the City of Del Mar, the Contractor is authorized to access water from either the Public Works Yard situated at 2240 Jimmy Durante Blvd, Del Mar, CA 92014, or from fire hydrants within the City limits Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 77 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 20 of Del Mar. The City of Del Mar will provide the water at no cost to the Contractor. As part of the street sweeping services for the City of Solana Beach, the Contractor shall make all necessary arrangements through the Santa Fe Irrigation District to obtain and pay for reclaimed water necessary for all sweeping services and operation and include the cost thereof in the various proposal prices. No additional compensation will be paid therefore. Contractor is responsible for following all guidelines as set by the Water District for obtaining water used in its sweeping operations. 21. Authority and Inspections A. The City’s designated representatives shall, at all times, have access to the work and shall be furnished with every reasonable facility for acquiring full knowledge with respect to the progress, workmanship and characters of materials and equipment used and employed in the work. Whenever the Contractor varies the period during which work is carried out, they shall give due notice to the City’s designated representative so that property access for inspection may be provided. Any inspection of work shall not relieve the Contractor of any obligations to fulfill the Contract as prescribed. Any and all questions regarding the performance of the work shall be directed to the City’s designated representative. B. If it appears that the work to be done or any matter relative thereto is not sufficiently detailed or explained by the specifications, the Contractor shall apply to the City’s designated representative for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the Contract so far as may be consistent with the intent of the original requirements. C. All work shall be completed to the satisfaction of and under the supervision of the City’s designated representative. Failure to comply with any requirement contained herein may result in suspension of work without time extension or termination of Contract. Inspection of work will be done by the City’s designated representative during the performance of work or when deemed necessary. D. If any portion of the work done under the Contract proves defective or not in accordance with the requirements, and if the imperfection in the same is not of sufficient magnitude or importance to make the work dangerous or undesirable, the City’s designated representative shall have the right and authority to retain the work, but he/she may make such deductions in the payment due the Contractor as may be just and reasonable. Any work which is defective or deficient in any of the requirements or specifications shall be remedied or removed and replaced by the Contractor in an acceptable manner and within a reasonable amount of time as determined by the City, at the Contractor’s own expense. In any other case, a letter will be sent to Contractor noting deficiencies, and the Contractor shall make a reasonable and good faith effort to correct the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 78 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 21 deficiencies within a reasonable period of time not to exceed three (3) days from notification. After this time period, if unacceptable conditions still exist, the City has the right to terminate the Contract or deduct payment as is proportionately appropriate for non-compliance with the requirements and specifications of the Contract. 22. Quantities/Minor Modifications and/or Additional Work The City reserves the right to increase or decrease the quantity of any item(s) or portion(s) of the work described in the requirements or specifications or the proposal form or to omit portions of the work so described as may be deemed necessary or expedient by the City’s designated representative and the Contractor shall agree not to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any kind of work to be done. The City shall reduce the price accordingly. Alterations, modifications or deviations from the work described in this document shall be subject to prior written approval of the City. Any price adjustments shall be made by mutual consent of the City and Contractor. Should a change or extra work be found necessary by the City, all changes and extra work shall be performed at the same unit price of any proposal item listed. If the work is not listed as a proposal item, the Contractor shall submit a fair cost for the work to be performed. A change order authorization, in writing, will be issued by the City. 23. Meetings Contractor must attend progress meetings with the City’s designated representative(s) as required and scheduled by the City (maximum of 12 per year). 24. Reporting The Contractor is obligated to furnish daily and monthly reports to the City as follows: Daily Reports: A. The Contractor shall furnish daily reports to the City, verifying the completion of routes. These reports shall include a map screenshot of GPS data depicting the street sweeping activities undertaken. B. In cases where routes are not completed, the Contractor shall promptly notify the City, providing a detailed list of streets that were not swept. Additionally, a proposed schedule for makeup sweeping to address unfinished routes shall be included in the notification and proposed schedule for make-up sweeping to complete unfinished routes. Monthly Reports: A. Summary of all work completed and date/time performed, miles swept for each Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 79 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 22 route (number) by day with estimated total cubic yards and tonnage of debris collected by route daily and monthly for all routes/work performed and shall submit said report with invoice. B. Discussion of any significant problems encountered or issues arising during the report time period. 25. Compensation A. Payment Payment will be made in accordance with the accepted Bid Pricing Schedule. The basis for determining curb miles will be the City of El Cajon’s, City of Del Mar’s and City of Solana Beach’s existing street maps and/or established curb miles for each route. Parking lot sweeping will be made on the basis of square footage, also using the City of El Cajon’s, City of Del Mar’s and City of Solana Beach’s maps and records. For all services which the Contractor is obligated to perform under the terms of this contract, the City shall pay to the Contractor once each month a sum equal to the amount specified in the Bid, or as amended by any subsequent adjustments thereto and provided hereinafter. The Contractor shall submit a detailed, itemized invoice to the City, per section on invoicing below. Upon receipt and approval of an accepted invoice, City will make payment within 30 days of receipt of invoice. B. Invoicing Contractor shall prepare and submit an invoice in electronic format, compatible with the City software, monthly for scheduled service actually performed. Invoices for special and emergency sweeps shall be submitted within ten (10) working days of completion of work. Scheduled routine sweeping and Special/Emergency sweeps shall be submitted on separate invoices, delivered to: Public Works Department of the respective City under contract. Invoice shall include the following: Purchase Order Invoice Number Dates of service provided Proposal Pricing Schedule Total invoice cost Base contract mileage Added contract mileage and locations Federal tax ID number Name of City person who requested extra service on special/emergency sweeps Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 80 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 23 Dates, locations, and description of regularly scheduled, unscheduled, and special/emergency sweeps work performed List of any credits (including dates, route numbers, curb miles) due City for the month being invoiced Virtual Project Manager (VPM) is a cloud-based project management system. The Contractor shall use this system if implemented by the City of El Cajon. City agrees to pay Contractor within thirty (30) days of receipt of invoice, all undisputed claims. 26. Withholding Payment The City may withhold payment to such extent as may be necessary to protect the City from loss due to one or more of the following reasons: A. Defective, unsatisfactory or inadequate work not corrected B. Claims filed, or reasonable evidence indicating probable filing of claims C. Failure of the Contractor to make proper payments to subcontractors for materials or labor D. A reasonable doubt that the contract can be completed for the balance unpaid E. Damage that resulted from an incident involving property damage 27. Stop Work A. If the Contractor, after having officially commenced work on said Contract, should discontinue work for any cause, he/she shall notify the City’s Designated Representative of the intent to do so, and shall further notify of the date for restarting operations. B. The City, at the discretion of the City’s Designated Representative, may require the Contractor to Stop Work if any condition presents an unreasonable liability to the City, until such time as the condition is corrected to the satisfaction of the City. 28. Risk Management Maintenance services are controlled tasks. At no time should work be performed so as to result in a loss of control incident (e.g. weed removal equipment throwing material into vehicles and pedestrians, the lack of safety apparatus/equipment guards, improper use/loading of equipment). Failure to maintain control at all times is dangerous and can result in serious injury. A loss control incident will not be tolerated and may result in termination of this Contract. The Contractor shall be responsible for mitigating any damage related to a loss of control incident. 29. Investigation Contractor shall cooperate fully with the City in the investigation of any accident, injury or death occurring on City property or while in the performance of work based Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 81 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 24 on the contract, including a complete written report submitted to the City’s Designated Representative within twenty-four (24) hours following the occurrence. Should any structure or property be damaged during permitted or contracted maintenance services, the persons conducting the work shall immediately notify the proper owners or authorities. Repairs to property damaged by the responsible party shall be made within forty-eight (48) hours, except utility lines, which shall be repaired the same working day. Repairs on private property shall be made in accordance with the appropriate building code under permits issued by the City of El Cajon. Any damage caused by the permitted or contracted persons shall be repaired or restored by them at their expense to a condition similar or equal to that existing before such damage or injury, or they shall repair such damage in a manner acceptable to the City. The Contractor’s responsibility shall be continuous and not be limited to working hours or days. 30. These project special requirements are intended to further address the Street Sweeping Services program requirements and to the help the Contractor fully understand what is needed to fulfill the Contract. Within this section are the descriptions and specifications for the detailed services and materials which will be necessary to provide services under the Contract and shall be included in the base price of the proposal and shall not result in additional charges to the City. A. Work Quality & General Standards All work as part of this contract shall comply with good maintenance practices for the particular work being performed and shall be consistent with accepted standards for municipal street sweeping. The City’s Designated Representative shall determine if the Contractor has met all requirements and payment shall not be made for work that is not in accordance with the above standards. The Contractor shall be deemed in contract default if they consistently fail to comply with the contract standards. No worker shall enter a fenced or otherwise secured area of private property without the consent of the property owner. Contractor is advised to become familiar with the City’s Urban Forest Management Program (which is available on the City’s website) and assure that all employees are trained on program requirements. Specific attention is directed to damaging trees, protection of trees, notification requirements, and reporting. B. Setup, Operations, Equipment Staging The Contractor shall setup, operate, and stage in a manner that presents the least amount of disruption to residents, businesses, the public, and traffic flow. Equipment shall never be stored or left unattended on a public street, City facility or private property without prior authorization from the City’s Designated Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 82 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 25 Representative or in the case of private property, owner of that property. The staging of equipment shall not be exempt from the work hour restrictions defined herein. C. Identification and Reporting of Hazards While performing work of any type, the contractor should inspect for any obvious hazards. All hazardous situations should be corrected or promptly reported to the City. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 83 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 26 INFORMATION FOR BIDDERS 1. GENERAL INFORMATION - The Purchasing Agent of the City of El Cajon, California, is requesting proposals for Bid No. 006-25 for supplying material and labor for the Street Sweeping Services. Bid documents may be examined and/or obtained on the City’s PlanetBids website at https://www.planetbids.com/portal/portal.cfm?CompanyID=14593. All bid documents related to this solicitation will be posted by the City on the City’s website as indicated above. In the event the bid document is obtained through any means other than the City’s website, the City will not be responsible for the completeness, accuracy or timeliness of the Bid document. It is the bidder’s responsibility to ensure that the most complete and current version of the bid document has been downloaded or otherwise obtained, including any addenda. Bids shall be submitted electronically. A bid will not be accepted, nor any contract or subcontract entered into without proof of the contractor and, if applicable, subcontractor’s current registration to perform public work pursuant to Section 1725.5 of the Labor Code. A public reading of the bids will not be conducted. Bid results will be available at the web address above immediately following the submittal deadline. 2. ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS - Bids must be received in electronic format at the City of El Cajon’s PlanetBids website and are due before the date and time shown on the cover of this solicitation. Once the Bid Due Date and Time has lapsed, bidders, proposers, the general public, and City staff are able to immediately see the results on line. A public bid opening and reading of the bids will be conducted at City Hall, First Floor, 200 Civic Center Way, El Cajon, CA 92020. City staff may then begin reviewing the bid submissions for responsiveness, compliance and other issues. 2.1 Bidders must register as a vendor on PlanetBids (https://www.planetbids.com/portal/portal.cfm?CompanyID=14593) in order to download specifications, plans, prospective bidders list, bid documentation, and to receive addenda and notifications when issued. BIDS MUST BE SUBMITTED BEFORE BID DUE DATE AND TIME. Once the bid deadline is reached, no further submissions are accepted into the PlanetBids system. 2.2. BIDS MAY BE WITHDRAWN by the Bidder only up to the bid due date and time by placing their eBid again and then select “Withdraw”. 2.2.1. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s PlanetBids system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of El Cajon is not responsible for bids that do not arrive by the required date and time. 3. ELECTRONIC BID SUBMISSIONS CARRY FULL FORCE AND EFFECT 3.1 The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. 3.2. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting its electronic bid, the bidder acknowledges, agrees to and is bound by the entire Contract Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 84 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 27 Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. 3.3. The Bidder, by submitting its electronic bid, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this bid are true and correct. 4. EXAMINATION OF PLANS - The bidder is required to examine carefully the site of the proposal, specifications, requirements, and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. Should a bidder find discrepancies in, or omissions from the specifications, or should bidder be in doubt as to their true meaning, bidder may submit a written request for an interpretation thereof prior to 5:00 P.M. on April 4, 2024 via the PlanetBids “Q&A” tab. The person submitting the request shall be responsible for its prompt delivery. Any interpretation of, or change in the documents will be made only by an addendum issued to each person to whom specifications have been issued, and shall become part of any contract awarded. The City will not be responsible for any other explanation or interpretations 5. PROPOSAL FORM - All proposals must be made upon blank forms as provided in the specifications. All proposals must be signed by the bidder, with his address. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation was chartered, and the names, titles, and business addresses of the president, secretary, and treasurer. Bids are to be verified before submission as they cannot be corrected or altered or signed after bids are due. 6. ADDENDA - Any addenda issued by the City during the time of bidding shall be covered in the bid and shall be made a part of the contract. It is the bidder’s responsibility to ensure that the most complete and current version of the bid document has been obtained from PlanetBids, including any addenda. Bids received without acknowledgment of applicable addenda may be rejected. 7. REJECTION OF PROPOSALS - Rejection of Proposals containing alterations, erasures, or irregularities. Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures or irregularities of any kind. The right is reserved to reject any and all proposals. 8. BIDDER'S SECURITY - Each Bidder must accompany its bid with a Bid Security (or Bid Bond). Bid Security shall be in one of the following forms: a cashier's check, or a properly certified check upon some responsible bank; or an approved corporate surety bond payable to the City of El Cajon for an amount of not less than ten (10) percent of the total bid amount. 8.1 This Bid Security, and the monies represented thereby, will be held by the City as security that the Bidder, if awarded the Contract, will in good faith enter into such Contract and furnish the required performance and payment bonds. Said corporate surety Bid Security shall be Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 85 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 28 from companies authorized to do business in the State of California and be on the accredited list of the United States Treasury Department. 8.2. The Bidder agrees that in the event of the Bidder’s failure to execute this contract and provide the required performance and payment bonds within the specified timeframe, the money represented by the cashier's or certified check will remain the property of the City; and the Surety agrees that it will pay to the City the damages, not exceeding the sum of 10% of the amount of the Bid, that the City may suffer as a result of such failure. 8.3. At the time of bid submission, Bidder will be required to submit a copy of the cashier's check, a properly certified check, or an approved corporate surety bond when submitting their electronic bid. The original cashier's check, a properly certified check or an approved corporate surety bond must be provided before the due date and time of the bid. 8.4. Failure to submit the electronic version of the bid security and the original before the due date and time may cause the bid to be rejected. Original Bid Bond shall be submitted in a sealed envelope indicating the Bid Number and Name of Bid to: Attn: Purchasing Division Bid Number, Name of Bid City of El Cajon 200 Civic Center Way El Cajon, CA 92020 9. RETURN OF BIDDER’S SECURITY – Bid bonds guaranteeing proposals rejected by the City of El Cajon shall become null and void and will not be returned. All other proposal securities will be held in accordance with PCC, Section 20929 “…Upon an award to the lowest bidder, the security of an unsuccessful bidder shall be returned in a reasonable period of time, but in no event shall that security be held by the agency or district beyond 60 days from the time the award is made.” 10. BID PROTEST Prospective bidders may submit in writing, within five (5) business days of the opening date of the bid, grievances in connection with any bid information which they feel does not comply with the specifications and/or the requirements stated in the bid. Only those vendors furnishing a bid may protest a bid. In order to be considered, a protest shall be in writing, addressed to the Purchasing Agent, and include: 1. The date, name, address, and phone number of the bidder protesting, or the authorized representative of the bidder; 2. The signature of the bidder or bidder’s representative; 3. The Bid or RFP Number and Title under which the protest is submitted; 4. A detailed description of the legal and/or factual grounds for protest and all supporting documentation. It is the responsibility of the Protesting Bidder to supplement its protest with any subsequently discovered documents prior to the Purchasing Agent’s decision; and 5. The specific ruling or relief requested. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 86 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 29 The Purchasing Division will review such protest letter and issue a written decision within ten (10) working days of receipt of the written protest. During this procedure the City shall not proceed with an award until such time that the decision is given in writing to the aggrieved bidder. If it is determined the bid or proposed award of a contract is in violation of any law, policy, procedure, specification or requirements, the bid award shall be revised, canceled and/or a new bid solicited. The bidder(s) whose bid is in violation shall be rejected or ratified, whichever is in the best interest of the City. If the bidder acted fraudulently or in violation of the law, the bid will be declared null and void and the City may seek damages as may be appropriate. Provided there was no violation of law, the bidder may be given the opportunity to ratify and affirm said bid if such action is in the best interest of the City, without prejudice to the City’s right to such damages as may be appropriate. Protest requests that do not follow these procedures shall not be considered so long as no laws are violated. By filing a written protest, the aggrieved bidder agrees that any decision to uphold and proceed with an award or not shall be the sole decision of the City and shall be accepted by the bidder without any further action against the City so long as no laws were violated. Protest letters are to be emailed to purchasing@elcajon.gov or hand delivered in a form requiring proof of delivery to the attention of the Purchasing Agent at the following address: Attn: Purchasing Agent City of El Cajon 200 Civic Center Way El Cajon, CA 92020 It is the protesting bidder’s sole responsibility to verify their protest letter was received by the Purchasing Division. In no event shall a protest letter be considered if all bids are rejected and/or after the award of a contract. Failure to comply with the procedures set forth herein may render a protest untimely or inadequate and may result in rejection thereof by the City. 11. AWARD OF CONTRACT - The award of the contract, if it be awarded, will be to the lowest responsive, responsible bidder whose proposal complies with all the requirements prescribed. All Three Cities, however, reserve the right to reject any or all bids, or to waive any minor irregularities or informalities in the bid. Whenever additive or deductive items are included in a bid, the lowest bid shall be determined based on the total bid, or the cumulative cost of the base bid plus any combination of additive or deductive items. The award, if made, will be made within sixty (60) days after the opening of the proposals. 12. EXECUTION OF CONTRACT - The contract shall be signed by the successful bidder and returned, together with the contract bonds, within ten (10) days (Sundays and legal holidays excluded), after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City until the execution of the contract. The bid security will be forfeited should the successful bidder to whom the Contract is awarded withdraws its bid prior to the expiration of sixty (60) calendar days after the opening of the bids, or attempts to withdraw its bid when the requirements of Public Contract Code sections 5100 et seq. are not met; or refuses or fails to enter into the Contract within ten (10) days (Sundays and legal holidays excluded), and provide the required bonds, insurance or certificates within fifteen (15) days (Sundays and legal holidays excluded) after the award of the Contract. In such event, if the City awards the Contract to the next lowest responsible bidder, the amount of the lowest Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 87 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 30 responsible bidder’s Bid Security shall be applied to the Contract Price differential between the lowest bid and the next lowest bid and the surplus, if any, will be returned to the lowest bidder. If the City rejects all other bids presented and re-advertises, the lowest bidder’s Bid Security may be used to offset the City’s cost of revising its plans and specifications, re-advertising and receiving new bids. 13. CONTRACT BOND - A Performance Bond and a Labor and Material Bond, each equal to 100% of the total bid price shall be provided by the successful bidder, in accordance with Section 2 - 4 of the Standard Specifications for Public Works Construction. Forms (sample) of bond are attached herein. The Material and Labor Bond and the Faithful Performance Bond shall be maintained by the Contractor in full force and effect for a period of nine months and one year, respectively, following the completion date of the project. Securities or bank or savings and loan certificates of deposit may be substituted for any moneys withheld to ensure performance of the contract, pursuant to Section 22300 of the California Public Contracts Code. 14. GUARANTEE - The Contractor shall guarantee all parts of the work against defective materials or workmanship furnished by the Contractor for a period of one (1) year from the date of completion of the project. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 88 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 31 GENERAL CONDITIONS ARTICLE 1 - - DEFINITIONS Whenever used in these General Conditions or in other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Agreement or Contract - The written agreement between the Owner and the Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Beneficial Use or Occupancy - Placing all or any portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching completion for all of the Work. Change Order - A document, which is signed by the Contractor and the Owner and authorizes an addition to, deletion from, or revision of the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Completion - Completion of the Work shall be acceptance of the Work by the governing board of the Owner. Contract Documents - Advertisement for Bids, Invitation to Bid, Information for Bidders, Special Conditions, Affirmative Action Program, the accepted Bid, Bid Bond, Work and/or Project Description, the Agreement, Performance and Payment Bonds, the General Conditions of the Contract, Supplemental General Conditions, Specifications, Drawings, Division 01, Details, and all addenda and Change Orders executed pursuant to the provisions of the Contract Documents. Contract Time - The number of successive calendar days, or working days as stated in the Contract Documents for the completion of the Work. Contractor - The person, firm, or corporation with whom the Owner has entered into the Agreement. Day - A calendar day of 24 hours, measured from midnight to the next midnight. A working day is measured by the Standard Specifications for Public Works Construction, also referred to as the “Greenbook”. Effective Date of the Agreement - The date indicated in the Agreement on which it was executed. General Requirements - Sections of Division 1 of the Technical Specifications. Laws and Regulations – All local ordinances, and Laws and Regulations of the State of California, which are applicable to furnishings and performance of the Work. Major Item – A single contract item constituting 10 percent or more of the original Contract Price. Notice of Completion - The written notice by the Owner to the Contractor stating that the governing board of the Owner has accepted the Work. Notice to Proceed - A written notice issued by the Owner to the Contractor authorizing the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 89 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 32 Contractor to proceed with the work and establishing the Date of Commencement of the Contract Time. Owner - The public body or authority, agency, corporation, association, firm, or person with whom the Contractor has entered into the Agreement and for whom the Work will be performed. [“Owner” means the City of El Cajon/ City of El Cajon as Successor Agency to the El Cajon Redevelopment Agency.] Owner’s Representative - The authorized representative of the Owner who is assigned by the Owner to the Work or Project. Project – The total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner or by separate Contractors. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work, and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information prepared by a supplier and submitted by the Contractor to illustrate materials or equipment for some portion of the Work. Specifications - Those portions of the Contract Documents consisting of the General Requirements and the written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion - The Work (or a specified part thereof) has progressed to the point where it is sufficiently complete in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended and where the Work can be accepted by the Owner’s governing board. The terms “substantially complete” and “substantially completed,” as applied to any Work, refer to Substantial Completion thereof. Supplemental General Conditions - The part of the Contract Documents, which amends or supplements these General Conditions. Technical Specifications - The Specifications as defined herein. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. The Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, including receipt of required test results, completion of punch lists, all as required by the Contract Documents. ARTICLE 2 - PRELIMINARY MATTERS Agreements, Bonds, and Insurance Certificates: 2.1 When the Contractor delivers its signed Agreement to the Owner, then the Contractor shall deliver to the Owner the bonds specified in the Information for Bidders and Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 90 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 33 certificates and other evidence of insurance requested by the Owner which the Contractor is required to purchase and maintain in accordance with the provisions of Article 5. Commencement of Contract Time; Notice to Proceed: 2.2 The Contract Time will commence to run on the day indicated in the Notice to Proceed. ARTICLE 3 - CONTRACT DOCUMENTS; INTENT Contract Documents: 3.1 The Contract Documents comprise the entire agreement between the Owner and the Contractor concerning the Work. The Contract Documents will be construed in accordance with the laws of the State of California. 3.2 It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. In case of conflict or inconsistency, the Specifications shall take precedence over the Shop Drawings. Large scale and full size drawings shall be followed in preference to small-scale drawings. Figured dimensions shall be followed in preference to scaled measurement. ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS Availability of Lands: 4.1 The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner unless otherwise provided in the Contract Documents. The Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment; provided that the Contractor shall not enter upon nor use any property not under the control of the Owner until a written temporary construction easement agreement has been executed by the Contractor and the property owner and a copy of said easement furnished to the Owner prior to said use; and, the Owner shall not be liable for any claims or damages resulting from Contractor’s unauthorized trespass or use of any such properties. Removal, Relocation, or Protection of Existing Utilities: 4.2 In accordance with the provisions of Section 4215 of the California Government Code, in any contract, to which a public agency as defined in Section 4401 of the California Government Code is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made a part of the invitation for bids. The Owner will compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and Specifications with reasonable accuracy, and for equipment on the Project necessarily idled during prosecution of Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 91 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 34 the Work. 4.3 The Contractor shall not be assessed liquidated damages for delay in completion of the Work when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. 4.4 Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunklines in the plans and Specifications. 4.5 If the Contractor, while performing the Contract, discovers utility facilities not identified by the Owner in the plans or Specifications, it shall immediately notify the Owner agency and utility in writing. 4.6 The public utility, where they are the Owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price. ARTICLE 5 - BONDS AND INSURANCE Guaranty Bonds: 5.1 Upon the execution of this Contract, the Contractor shall furnish to the Owner the bonds specified in the Information for Bidders. Said bonds are to be in substantially the forms hereto attached and with sureties approved by the Owner. The premium upon all such bonds shall be paid by the Contractor. The Owner will approve any surety company, which, at the time of execution of this Contract, is listed in the latest published U.S. Treasury Department Circular 570, “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies,” and further, is authorized to issue bonds in the State of California. Contractor's Liability and Insurance Requirements: 5.2 The Contractor shall, and the Contractor does, hereby assume all risks of damage to the Work and materials from fire, earthquake, storm, and/or other causes prior to the Completion and acceptance of the Contractor's Work, and shall, at the Contractor's own cost and expense, repair and/or replace any work or materials damaged or destroyed. 5.3 Liability Insurance. The Contractor shall furnish the Owner a policy or certificate of liability insurance naming the City of El Cajon, its elected and appointed officials, officers, employees, and volunteers ("City Insureds") as named insureds, or naming City Insureds in an original endorsement to the policy as additional insureds. Notwithstanding any inconsistent statement in the policy or any subsequent endorsement attached thereto, the City Insureds shall be the named insureds or named in an original endorsement as additional insureds covering all operations of the Contractor, whether liability is attributable to the Contractor or the City of El Cajon. The policy shall insure the City Insureds while acting within the scope of their duties, against all claims arising out of or in connection with the work. The complete copy of City Council Policy D-3 can be viewed at https://www.elcajon.gov/Home/ShowDocument?id=24821 or obtained upon request from Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 92 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 35 the Purchasing Division at purchasing@elcajon.gov. 5.4 [Reserved for additional Insurance requirements] 5.5 [Reserved for additional Insurance requirements] Workers’ Compensation Insurance Requirements: 5.6 The Contractor shall also, before the commencement of the Work herein specified, take out, and during the life of this Contract, maintain in full force and effect, unlimited compensation insurance with an insurance carrier or carriers approved by the Owner, under an insurance policy or policies satisfactory to the Owner in form and amount covering the Contractor's full liability under the Workers’ Compensation Insurance and Safety Act of the State of California, and any act or acts amendatory thereof or supplementary thereto, for compensation to any employee who may be injured during the course of the Work. The Contractor shall require all Subcontractors to take out and maintain similar policies of compensation insurance. A certified copy of each insurance policy carried shall be furnished to the Owner prior to the commencement of the Work. Payment of Premiums and Notice of Revocation or Cancellation: 5.7 The premiums of all insurance policies shall be paid by the Contractor and each insurance policy in this Paragraph provided for shall expressly provide therein that it shall not be revoked nor cancelled by the insurer until thirty (30) days’ written notice by certified mail, return receipt requested, of the intended revocation or cancellation thereof shall have first been given to the Owner by such insurer. Owner May Insure for Contractor: 5.8 In case of the breach of any provision of this Article the Owner may, at the Owner’s option, take out and maintain at the expense of the Contractor, such insurance in the name of the Contractor, or Subcontractor, as the Owner may deem proper and may deduct the cost of taking out and maintaining such insurance from any sums which may be found or become due to the Contractor under this Contract. 5.9 Prior to commencing any work under this Contract, the Contractor shall furnish to the Owner satisfactory evidence of compliance with all required insurance provisions. The Contractor shall furnish to the Owner, Certificates of Insurance naming Owner as an additional insured (except for workers’ compensation insurance) and obligating the insurers to notify the Owner at least thirty (30) days prior to cancellation or reduction in coverage in any Insurance Policy or Policies obtained to satisfy the requirements of this Article. ARTICLE 6 - THE CONTRACTOR'S RESPONSIBILITIES Inspection of the Site and Examination of Contract Documents: 6.1 Prior to commencing any work under this Contract, the Contractor is required to examine carefully the existing conditions of the Project site and compare to the Contract Documents. The Contractor shall immediately notify the Owner in writing of any error, inconsistency, omission or other discrepancy between the existing conditions of the site and the Contract Documents. Once the Contractor has commenced work, it will be deemed that the existing conditions have been accepted by the Contractor as correct and satisfactory for the Work Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 93 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 36 specified herein. Construction Schedule: 6.2 [Not applicable.] Supervision and Superintendence: 6.3 The Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. The Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but the Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction, which is indicated in and required by the Contract Documents. The Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. Materials and Prosecution of the Work: 6.4 Unless otherwise specified in Division 01, General Requirements, of the Technical Specifications, the Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities, and incidentals necessary for furnishing performance, testing, startup, and completion of the Work. 6.5 The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. Whenever the words “or equal” appear in the Specifications or Shop Drawings, it shall mean equal in the opinion of the Owner’s Representative. Approval by the Owner’s Representative of a substitute proposed by the Contractor for a specified method or material shall not relieve the Contractor of the responsibility for full compliance with the plans and Specifications and for the adequacy of the substituted method or material. Concerning Subcontractors, Suppliers, and Others: 6.6 The Contractor shall be fully responsible to the Owner for all acts and omissions of the Subcontractors, suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the Contractor just as the Contractor is responsible for its own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between the Owner and any such Subcontractor, supplier, or other person or organization, nor shall it create any obligation on the part of the Owner to pay or to see to the payment of any monies due any such Subcontractor, supplier, or other person or organization except as may otherwise be required by Laws and Regulations. 6.7 The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of materials and the execution of the Work and shall properly coordinate its work with that of said other contractors. 6.8 Throughout the Contractor’s performance of the Work, including suspension of the Work, the Contractor shall at all times keep the site clean and free from all excess materials, tools, Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 94 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 37 equipment, garbage, rubbish, and debris. In the removal of garbage, rubbish and debris, the Contractor shall comply with the requirements of the El Cajon Municipal Code with respect to trash collection by the Owner’s contractor for the collection and disposal of same. Patent Fees and Royalties: 6.9 The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. The Contractor shall indemnify and hold harmless the Owner from and against all claims, damages, losses, and expenses (including attorneys’ fees and court and arbitration costs) arising out of any infringement of patent right or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits and Licenses: 6.10 The Contractor shall secure a no permit fee building permit from the City of El Cajon. A City of El Cajon business license is required for this Contract, which shall be obtained and paid for by the Contractor. The Contractor shall have a current C-61 subcategory D-63 or B license issued by the Contractors State License Board of the State of California. In addition to the above, the general contractor and sub-contractors must show proof that they are currently registered to perform the public work pursuant to Section 1725.5 of the Labor Code. Laws and Regulations: 6.11 The Contractor shall give all notices and comply with all local ordinances, and Laws and Regulations of the State of California applicable to furnishings and performance of the Work. Contractor shall specifically comply with Chapter 13.10 of the El Cajon Municipal Code related to Stormwater Management and Discharge Control, and all other ordinances and resolutions related thereto adopted by the City of El Cajon. Except where otherwise expressly required by applicable local ordinance, or Laws and Regulations, the Owner shall not be responsible for monitoring the Contractor’s compliance with any local ordinance, or Laws and Regulations. Use of Premises: 6.12 The Contractor shall confine construction equipment, the storage of materials and equipment, and the operation of workers to the Work site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits, and easements and shall not unreasonably encumber the premises with construction equipment or any other materials or equipment. The Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against the Owner by any such owner or occupant because of the performance of the Work, the Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. The Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold the Owner harmless from and against all claims, damages, losses, and expenses (including, but not limited to, fees of Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 95 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 38 architects, engineers, attorneys, and other professionals and court and arbitration costs) arising directly, indirectly, or consequentially out of any action, legal, or equitable brought by any such other party against the Owner based on a claim arising out of the Contractor's performance of the Work. Safety, Protection and Site Maintenance: 6.13 The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss of the following: (a) All employees on the Work and other persons and organizations who may be affected thereby; (b) All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and (c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of construction. Disconnect of Utilities and Mechanical Systems: 6.14 The Contractor shall conduct its work so as to minimize interference with normal Owner activities. If, during the performance of the Contract, it becomes necessary to temporarily disconnect or shut-down existing utilities or mechanical systems for any reason, the Contractor shall notify the Owner not less than three (3) business days prior to such temporary utility shut- downs. Such temporary disconnection or shutdown shall occur prior to or after regular business hours. Plans and Specifications: 6.15 The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Owner’s Representatives shall have access at all times. The Plans, Specifications, and other Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the Plans, or on the Plans and not in the Specifications, shall be as though shown or mentioned in both. While it is believed that much of the information pertaining to conditions, which may affect the cost of the Work, will be shown on the Plans or indicated in the Specifications, the Owner does not warrant the completeness or accuracy of such information. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work, which would have been disclosed by reasonable examination of the site. Existing improvements visible at the job site, for which no specific disposition is made on the Plans, but which could reasonably be assumed to interfere with the satisfactory completion of the improvements contemplated by the Plans, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Owner’s Representative. Shop Drawings: Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 96 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 39 6.16 The Contractor shall submit to the Owner’s Representative, with such promptness as to cause no delay in the work, two (2) copies of all shop or setting drawings and schedules required for the work of the various trades and templates and modes as required. The Contractor shall make any corrections required by the Owner’s Representative, file with the Owner’s Representative two corrected copies, and furnish such other copies as may be needed. Approval of such drawings and schedules, by the Owner’s Representative, shall not relieve the Contractor from the responsibility for deviations from Drawings or Specifications unless the Contractor has, in writing, called to the Owner Representative’s attention such deviation at the time of the submission, nor shall it relieve the Contractor from responsibility for errors, omissions or inconsistencies of any sort in shop drawings or schedules. Indemnification: 6.17 To the fullest extent permitted by Laws and Regulations, the Contractor shall indemnify and hold harmless the Owner and its elected and appointed officials, consultants, agents, and employees (collectively, the “Indemnitees”) from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of architects, engineers, attorneys, and other professionals and court and arbitration costs) (individually a “Claim,” collectively, the “Claims”) arising out of or resulting from performance of the Work, but not from the sole negligence or willful misconduct of the Owner; provided, that any such Claim (a) is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. Contractor shall further indemnify, defend and hold harmless the Indemnitees from and against any and all Claims arising out of the violation of Chapter 13.10 of the El Cajon Municipal Code related to Stormwater Management and Discharge Control, and all other ordinances and resolutions related thereto adopted by the City of El Cajon. 6.18 The Contractor shall reimburse the Owner for all costs and expenses, (including but not limited to fees and charges of architects, engineers, attorneys, and other professionals and court costs) incurred by said Owner, in enforcing the provisions of Paragraph 6.17. Liquidated Damages: 6.19 Contractor agrees that in case the Work is not completed before or upon the expiration of the Contract Time, damage will be sustained by Owner, and that it is and will be impracticable to determine the actual damage which Owner will sustain in the event and by reason of such delay, and it is therefore agreed that Contractor shall pay to Owner the amount of $250.00 two hundred and fifty dollars for each day of delay, which shall be the period between the expiration of the Contract time and the date of final acceptance by Owner, as liquidated damages and not as a penalty. It is further agreed that the amount stipulated for liquidated damages per day of delay is a reasonable estimate of the damages that would be sustained by Owner, and Contractor agrees to pay such liquidated damages as herein provided. In case the liquidated damages are not paid, Contractor agrees that Owner may deduct the amount thereof from any money due or that may become due to Contractor by progress payments or otherwise under the Contract, or if said amount is not sufficient, recover the total amount. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 97 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 40 ARTICLE 7 -- OTHER WORK Separate Contracts: 7.1 The Owner reserves the right to let other contracts in connection with this Work and/or Project. ARTICLE 8 -- THE OWNER'S RESPONSIBILITIES Owner’s Right to do Work: 8.1 Should the Contractor at any time during the progress of the Work without the fault of the Owner or the Owner’s agents or employees, refuse or neglect to supply a sufficiency of materials or workers to complete the Contract within the time limit herein (or any lawful extension thereof) for a period of more than three (3) days after having been notified by Owner’s Representative in writing to supply the same, the Owner shall have the option to furnish and provide said materials and/or workers required to finish said Work and the reasonable expenses thereof shall be charged against the Contractor by the Owner and deducted from any monies which might otherwise be or become payable to the Contractor. ARTICLE 9 -- OWNER'S REPRESENTATIVE STATUS DURING CONSTRUCTION 9.1 The Owner will designate a representative to act on its behalf in all matters relating to the Agreement. 9.2 The Owner shall have the right to stop the Work whenever such stoppage may, in the Owner’s Representative’s opinion, be necessary to insure proper execution of the Work. 9.3 The Owner’s Representative shall, in the first instance, be the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder by both the Owner and the Contractor. Claims: 9.4 The following is a summary of Public Contract Code section 9204 and shall be the procedures that Owner and Contractor shall follow for the handling of claims (as defined in section 9204 and below): (a) Notwithstanding the foregoing, and notwithstanding any other law, including Public Contract Code section 20104, any separate demand by Contractor, sent to Owner by registered mail or certified mail with return receipt requested, for any one or more of the following: 1. A time extension, including, but not limited to, for relief from damages or penalties for delay assessed by Owner under this Contract; or 2. Payment by Owner of money or damages arising from work done by, or on behalf of, Contractor (or, as provided in subsection (j), below, by Contractor on behalf of a subcontractor or a lower tier subcontractor) pursuant to this Contract, and where payment for which is not otherwise expressly provided herein or to which Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 98 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 41 Contractor is not otherwise entitled (“Claim”), shall be processed as set forth in this Section 9.4. (b) Upon the receipt of a Claim Owner shall conduct a reasonable review of the Claim and WITHIN a period not to exceed forty-five (45) days, shall provide Contractor with a written statement identifying what portion of the Claim is disputed and what portion of the Claim is undisputed. Upon the receipt of a Claim Owner, through the chief executive officer, and Contractor may, by mutual agreement, extend the time period provide in this subsection (b). (c) As a condition precedent to the Claim, Contractor must include reasonable DOCUMENTATION to support its Claim. (d) Owner’s response to the Claim must be approved by its legislative body. If the legislative body will not meet within the initial forty-five (45) days or any extension mutually agreed upon between Owner’s chief executive officer and Contractor as permitted by subsection (b), above, Owner shall have up to three (3) days following the next duly publicly noticed meeting of the legislative body after the forty-five (45) day period, or extension, expires to provide Contractor with a written statement identifying the disputed portion and the undisputed portion. (e) Payment due on any undisputed portion of the Claim shall be processed and made within sixty (60) days following the issuance of the written statement required in subsection (d). If Owner fails to issue a written statement the provisions of subsection (h), below, shall apply. (f) If Contractor disputes Owner’s written response, or if Owner fails to respond to the Claim within the time prescribed by this Section 9.4, Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a written demand for meet and confer, sent by registered mail or certified mail, return receipt requested, Owner shall schedule a meet and confer conference in El Cajon, California, to be held within thirty (30) days. (g) Within ten (10) business days following the conclusion of the meet and confer conference, if the Claim or any portion thereof remains in dispute, Owner shall provide Contractor with a written statement identifying the portion of the Claim that remains in dispute and the portion of the Claim that is undisputed. 1. Any payment due on an undisputed portion of the Claim following the meet and confer conference shall be processed and made within sixty (60) days after Owner has issued its written statement required by this subsection (g). 2. Any disputed portion of the Claim, as identified by Contractor in writing, shall be submitted to nonbinding mediation in San Diego County, with Owner and Contractor sharing the costs of mediation (i.e., the costs charged by the mediator) equally. Owner and Contractor shall mutually agree to a mediator within ten (10) Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 99 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 42 business days after the disputed portion of the Claim has been identified by Owner as required by this subsection (g). If Owner and Contractor fail to agree upon a mediator, each party shall select a mediator, and those mediators shall select a qualified neutral third party to mediate the disputed portion of the Claim. 1) In the event the mediation is conducted by a qualified neutral third party mediator, selected by the parties’ mediators, each party shall bear the fees and costs charged by its selected mediator in connection with the selection of the neutral mediator. The costs of the neutral mediator shall be shared equally as set forth in subdivision (g)(2) of this Section 9.4. 2) For the purposes of this Section 9.4, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board (if applicable), in which an independent third party or board assist Owner and Contractor in dispute resolution through negotiation or the issuance of an evaluation of the Claim. Any mediation utilized shall conform to the timeframes set forth in this Section 9.4. 3) If mediation is unsuccessful, the portions of the Claim remaining in dispute shall be subject to such other procedures outside of this Section, applicable to the Claim. 4) Unless Owner and Contractor otherwise agree in writing, the mediation conducted pursuant to this subsection (g) shall excuse any further obligation under California Public Contract Code section 20104.4 to mediate after litigation is commenced. (h) Should Owner fail to respond to a Claim within the time periods set forth herein or otherwise meet the time requirements of this Section 9.4, the Claim shall be deemed rejected in its entirety. A Claim that is deemed denied pursuant to this subsection (h) shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of Contractor. (i) Any amounts not paid in a timely manner as required by this Section 9.4 shall bear interest at the rate of seven percent (7%) per annum. (j) Claims of any subcontractor or a lower tier subcontractor, against Owner, which cannot be brought directly against Owner due to lack of privity of contract, may be presented to Owner by Contractor on behalf of that claimant. A subcontractor, on his or her own behalf, or on behalf of a lower tier subcontractor must request that Contractor present the Claim on behalf of the subcontractor. In requesting that Contractor present his or her Claim, the subcontractor must furnish Contractor with reasonable documentation to support the Claim. Within forty-five (45) days of receipt of this written request Contractor must notify the subcontractor, in writing, as to whether Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 100 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 43 the Claim was presented to Owner and, if not presented, a statement of the reasons why it was not presented. (k) If a Claim is not resolved through negotiation or mediation, a Contractor or any subcontractor having presented the Claim through this procedure may thereafter seek such remedies as set forth in Article 14. ARTICLE 10 -- CHANGES IN THE WORK 10.1 The Owner reserves the right, without notice to sureties, to require alterations and additions to or omission from the Work called for by this Contract. All such work shall be executed under conditions of the original contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering the change. The Contractor shall not be entitled to extra time or any compensation for extra work unless orders therefor are given in writing and the amount of compensation for such extra work or the amount of extra time is specified in such written orders. Value of any extra work, change, or deduction shall be determined at the discretion of Owner in one or more of the following ways: (a) By acceptable lump sum proposal submitted by Contractor. (b) By unit prices contained in Contractor’s original bid and incorporated in the Contract Documents, or fixed by subsequent written agreement between the Owner and the Contractor. (c) By cost of material and labor, and percentage for overhead and profit, for additions and deductions to the Contract, as determined pursuant to the following calculation: Extra Credit 1. Labor (attach itemized hours for each labor classification and the corresponding prevailing wage rate) 2. Materials (attach itemized quantity and unit cost plus applicable sales tax) 3. Equipment Rental (attached itemized list of rental equipment and total cost) 4. Subtotal of lines 1, 2 and 3 5. Subcontractor’s Overhead and Profit (Contractor is not entitled to Subcontractor overhead and profit for Work not completed by Subcontractor) (combined overhead and profit shall not exceed 15% of the amount on line 4) 6. Property Loss and Property Damage Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 101 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 44 Insurance, Compensation Insurance, Social Security, and Unemployment Taxes (the total of all items combined shall not exceed 20% of the amount on line 4) 7. Subtotal of lines 4, 5 and 6 8. General Contractor’s Overhead and Profit (combined overhead and profit shall not exceed 15% of the amount on line 7) 9. Subtotal of lines 7 and 8 10. Bond Premium (not to exceed 1% of the amount on line 9) 11. Total of lines 9 and 10 10.2 If the parties are unable to agree upon the compensation for extra work, then it shall be computed on the basis of actual cost of labor, materials, and equipment, plus a fixed fee of 20 percent. In the case of a reduction of cost, if the parties are unable to agree on the change in contract price, the Owner’s Representative shall make determination of the reduction in price to be allowed for the change. 10.3 If the Contractor claims that any instruction, by drawings or otherwise, involves extra costs under this Contract, the Contractor shall give the Owner’s Representative written notice thereof before proceeding to execute the Work and, in any event, within fourteen (14) calendar days of receiving such instructions. No such claims shall be entitled to consideration by the Owner unless so made. Any claims shall be presented in the manner set forth in Section 9.4 of this Contract. 10.4 If adverse weather conditions are the basis of a claim for an extension of time for performance of the Contract, or a claim for an adjustment of the Contract Price, such claim must be documented by data substantiating that weather conditions were abnormal for the period of time and could not have been reasonably anticipated, and that such weather conditions had an adverse effect on the scheduled construction. No extension of time, or adjustment in the contract price will be granted if the adverse weather conditions could have reasonably been anticipated by the Contractor. Any claims shall be presented in the manner set forth in Section 9.4 of this Contract. 10.5 Adjustments in the time required for performance of the Contract for work covered by a Change Order shall be made by one of the following: (a) Time extension or reduction agreed upon by the parties; or (b) If the parties are unable to agree on the time extension or time reduction, the Owner’s Representative shall make a determination of the time extension or time reduction to be allowed for a change. 10.6 Failure to agree on an adjustment of the contract price or extension of time for Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 102 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 45 performance of the Contract shall not excuse the Contractor from proceeding with the prosecution of the Work as changed. ARTICLE 12 - PAYMENTS TO THE CONTRACTOR AND COMPLETION Payment: 12.1 The Owner shall make payments as follows: On or about the «Payment_day» day of each calendar month, the Owner agrees to pay the Contractor an amount to be determined by taking 95 percent of the value, proportionate to the amount of the Contract, of labor and materials incorporated in the Work to be performed, which has been performed to date, and by deducting thereon the aggregate of all previous payments. The balance of the total Contract Price shall be paid within thirty (30) days after the date of completion of the Work to be done under this Contract. 12.1.1 The provisions of Section 20104.50 of the California Public Contract Code are hereby incorporated by reference. A copy of Section 20104.50 is hereby attached. 12.1.2 The Owner reserves the right to withhold payments on account of any of the following: (a) Defective work not remedied; (b) Failure of the Contractor to make payments properly to Subcontractors or for materials or labor; (c) A reasonable doubt that the Contract can be completed for the balance then unpaid; and (d) Failure to submit certified payrolls covering the period for which Contractor has submitted his or her billing; and (e) Default of the Contractor in the performance of the terms and/or conditions of the Contract, or in the performance of any such terms and/or conditions. Substitution of Securities: 12.2 Retainage from Monthly Payments: Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the Owner to insure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the Owner, or with a state or federally chartered bank in this state as the escrow agent, who shall then pay those monies to the Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Contractor. Deposit of securities with an escrow agent shall be subject to a written agreement between the escrow agent and the Owner in accordance with the provisions of Section 22300. The Owner will not certify that the contract has been satisfactorily completed until at least thirty (30) days after filing by the Owner of a Notice of Completion. Securities eligible for investment under Section 22300 shall be limited to those listed in Section 16430 of the California Government Code and to bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the Owner. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 103 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 46 Contractor's Warranty of Title: 12.3 The Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any application for payment, whether incorporated in the Project or not, will pass to the Owner no later than the time of payment, free and clear of all liens. Stop Notices: 12.4 Any Subcontractor, supplier, worker, or anyone else having any claim against the Contractor for or on account of work done or material furnished for the performance of the Work provided for hereunder, may in accordance with the requirements of the applicable Laws and Regulations give notice of the claim and its amount to the Owner, who may, but shall not be obligated to, withhold any and all payments due or to become due thereafter to the Contractor until the claim is adjusted and paid. The provisions of this Paragraph 12.4 shall not lessen or diminish, but shall be in addition to, the right or duty of the Owner to withhold any payments under to provisions of the laws of the State of California respecting the withholding of sums due to the Contractor. Beneficial Use or Occupancy by the Owner: 12.5 The Owner reserves the right, at its option and convenience, to occupy or otherwise make use of all or any part of the Project premises at any time prior to completion upon ten (10) days’ written notice to the Contractor. Beneficial use or occupancy, or use shall be subject to the following conditions: (a) The Owner shall use its best efforts to prevent its occupancy from interfering with the conduct of the Contractor’s remaining work. (b) The Contractor shall not be required to repair damage to premises if the same was caused by the Owner's occupancy or use. (c) The one-year correction period for those portions of the premises occupied and equipment utilized by the Owner shall start as of the date of actual occupancy or use by the Owner. (d) Occupancy or use shall not constitute acceptance by the Owner either of the completed work or any portion thereof, nor will it relieve the Contractor from full responsibility for correcting defective work or materials found before completion and acceptance of all the Work or during the period specified in Paragraph 11.1, above. (e) Occupancy or use shall not be deemed to be the equivalent of filing a Notice of Completion, nor as a cessation of labor. (f) There shall be no added costs to the Owner due to pre-completion occupancy or use. (g) The Contractor and its surety shall execute a “No Change in Price Change Order” prepared pursuant to this Paragraph 12.5. (h) Effective 12:01 a.m. San Diego time at the project site on the date of beneficial occupancy stipulated in the Change Order, the Contractor shall be released from the obligations of maintaining fire and extended coverage Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 104 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 47 insurance covering those portions of the premises occupied by the Owner pursuant to this Paragraph 12.5, but shall maintain all other insurance required by the Contract in full force and effect. The Owner shall obtain fire and extended coverage insurance or maintain equivalent self-insurance covering those portions of the premises occupied by it pursuant to this Paragraph 12.5. ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION Delays and Suspension of Work: 13.1 The time during which the Contractor is delayed in the work by the act or negligence of the Owner, of the Owner’s employees, the Owner’s Representative, or by an act of God, which the Contractor could not have reasonably foreseen, or by stormy or inclement weather in which the controlling operation of the Work cannot proceed, or by strikes, boycotts, or like obstructive actions by employees or labor organizations which delay said controlling operation of the Work is not caused by, or the continuance of which is not due to, any act or conduct on the part of the Contractor, shall be added to the time for the completion of the Work called for by this Contract. Such extension of the time on account of such delays shall not be allowed unless applied for in writing by the Contractor within three (3) calendar days of the commencement of any such delay and the written approval of such extension of time is obtained by the Owner’s Representative. Any request by the Contractor for an increase in the contract price because of any delay shall be the subject of a Change Order in accordance with the provisions of Article 10. 13.2 If, in the opinion of the Owner’s Representative, the Contractor is not proceeding with the prosecution of the Work as scheduled, and such failure to proceed is due to the act, omission, or negligence of the Contractor, any Subcontractor and/or any supplier, or the employees of any or all of the above, then the Contractor shall, immediately upon the request of the Owner, and at no additional cost to the Owner, work such overtime, additional shifts, or holidays, as may be required to correct said delays and to insure no further delays to the completion of the Work called for by this Contract. The Owner's Right to Terminate: 13.3 If at any time there shall be filed by or against the Contractor in any court a petition in bankruptcy or insolvency or for reorganization or for the appointment of a receiver or trustee of all or a portion of the Contractor’s property, and within thirty (30) days therefrom the Contractor fails to secure a discharge thereof; or if the Contractor (1) makes an assignment for the benefit of creditors or petitions for or enters into an agreement or arrangement with its creditors, (2) fails to prosecute the Work properly, or fails to complete the Work entirely on or before any date established for partial or final completion, (3) fails to make prompt payment to Subcontractors or for materials or labor or, (4) without limitations, fails to perform any provisions of this Contract, then the Owner (by giving seven (7) days prior written notice of any such default to the Contractor and without prejudice to any other remedy it may have) may terminate the Contract and take possession of all or some of the Contractor’s materials, tools, equipment, and appliances and complete the Work by such means as the Owner deems fit. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Sum shall exceed (y) the expense of completing the Work including compensation for additional managerial and administrative services, plus (z) the Owner’s losses and damages because of the Contractor’s default, such excess shall be paid to the Contractor. If such expense, plus the Owner’s losses and damages shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner promptly on demand. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 105 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 48 13.4 The Owner may terminate this Contract without cause by giving seven (7) days prior written notice to the Contractor, and in such event, the Owner will pay the Contractor for that portion of the Contract Price, less the aggregate of previous payments, allocable to the Work completed as of the date of termination. The Owner also will reimburse the Contractor for all costs necessarily incurred for organizing and carrying out the stoppage of the Work and paid directly by the Contractor, not including overhead, general expenses or profit. The Owner will not be responsible to reimburse the Contractor for any continuing contractual commitments to Subcontractors or material-suppliers or penalties or damages for canceling such contractual commitments inasmuch as the Contractor shall make all subcontracts and other commitments subject to this provision. 13.5 In the event of termination by the Owner, the Owner may require the Contractor promptly to assign to the Owner all or some subcontracts, construction, plant, materials, tools, equipment, appliances, rental agreements, and any other commitments which the Owner in its sole discretion, chooses to take by assignment, and in such event, the Contractor shall promptly execute and deliver to the Owner written assignments of the same. Termination for Default: 13.6 The Owner may, by written notice of default to the Firm, terminate any resulting order in whole or in part should the Contractor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the Owner reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting Contractor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the Owner. The prevailing market price shall be considered the fair repurchase price. If, after notice of termination of the Contract it is determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of Owner provided in the Contract shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. Termination for Convenience: 13.7 The Owner may, by written notice stating the extent and effective date, terminate any resulting order for convenience in whole or in part, at any time. The Owner shall pay the Contractor as full compensation for performance until such termination the unit or pro-rated price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the Contractor as approved by the Owner, with respect to the undelivered or unaccepted portion of the order, provided SUCH compensation shall in no event exceed the total price. In no event shall the Owner be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of Owner provided in the Contract shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. ARTICLE 14 – DISPUTE RESOLUTION 14.1 The parties hereby mutually agree that should any dispute arise out of or relate to this Contract, or its alleged breach thereof, said parties shall first attempt to settle such dispute or alleged breach by good faith negotiation. If, after good faith negotiation the parties are unable to resolve the dispute, the parties may, but are not obligated to submit the dispute to mediation under Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 106 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 49 the Commercial Mediation Rules of the American Arbitration Association before resorting to arbitration, litigation, or other action. 14.2 Any consent to arbitration involving an additional person or persons shall not constitute consent of any dispute not described therein, with any person not named, or described therein. Any agreement to arbitrate and any agreement to arbitrate with additional person or persons duly consented to by the parties to this Contract shall be specifically enforceable under the prevailing arbitration law. 14.3 If the parties voluntarily consent to arbitration, notice of the request for arbitration is to be filed in writing with the other party to this Contract and with the American Arbitration Association. No claim may be made until the period of time which begins with the date on which the Owner’s Representative has issued a written decision and ends thirty (30) days after the date on which the written decision is received. In no event is the demand for arbitration to be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. A request for arbitration shall contain a statement setting forth the nature of the controversy, reference or attach the Owner’s Representative’s decision in issue, identify this Contract by title, state the amount involved, if any, and the remedy sought. Two copies of the demand shall be filed with the regional office of the American Arbitration Association in the county in which the project is located, together with two copies of Articles 9 and 14 and the appropriate filing fee as provided in the American Arbitration Association Construction Industry Arbitration Rules. 14.4 Voluntary arbitration shall be in accordance with the Construction Industry Arbitration Rules of the AAA in effect on the date on which the arbitration is demanded except that the following modifications to those Rules shall apply: (a) The arbitrator(s) shall be neutral and appointed by the AAA; and (b) A controversy involving less than $50,000 shall be heard by a single arbitrator; a controversy involving $50,000 or more shall be heard by three (3) arbitrators one of whom shall be an attorney. 14.5 The award rendered by the arbitrator(s) shall be final. The exclusive forum for the confirmation and enforcement, vacation or correction of an award shall be the Superior Court of the State of California, County of San Diego. Performance of Contract During Arbitration: 14.6 Pending an award by the arbitrator(s), the Contractor shall proceed diligently with the performance of the Contract and in accordance with the Owner’s Representative’s decision unless the parties to this Contract otherwise agree in writing. ARTICLE 15 - MISCELLANEOUS Assignment 15.1 Neither party to the Contract shall assign the Contract without the written consent of the other, nor shall the Contractor assign any monies due or to become due to the Contractor hereunder, without the previous written consent of the Owner. Any assignment of money shall be subject to all proper withholdings in favor of the Owner and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 107 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 50 Owner for completion of the Work should the Contractor be in default. ARTICLE 16 - CALIFORNIA STATE REQUIREMENTS Nondiscriminatory Practices: 16.1 The City of El Cajon Affirmative Action Plan requires contractors who are awarded contracts for construction, alteration, maintenance or demolition, their Subcontractors and suppliers, to take affirmative action to improve employment of racial and ethnic minorities in the construction industry, in accordance with Executive Order 11246. To comply, each contractor awarded a construction contract by the City of El Cajon shall agree, and by signing and submitting, a proposal for this contract does certify, to comply with mandated regulations as set forth by Executive Order 11246. 16.1.1 The Contractor shall not willfully discriminate against any employee or applicant for employment, and all applicants for employment and current employees shall be treated equally without regard to their race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, or sexual orientation of such persons. 16.1.2 The Contractor shall advise unions and other organizations, which represent employees of the provisions of this Agreement and post in a conspicuous place to the unions an equal employment opportunity sign to be furnished by the Owner. 16.1.3 Violation by the Contractor of this Article or the State Fair Employment Practice Act shall be cause to terminate this Contract. 16.1.4 None of the provisions of the Contract shall be used to preclude the Owner from pursuing other remedies available under law for noncompliance with these provisions. 16.1.5 The provisions of this paragraph 16.1 apply to each and every Subcontractor hired by, or under contract with the Contractor. Apprentices: 16.2 Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code Section 200 et seq. To insure compliance and complete understanding of the law regarding apprentices, and specifically the required ration thereunder, the Contractor (and Subcontractors) should, where some question exists, contact the Division of Apprenticeship Standards prior to commencement of the work. Responsibility for compliance with this Paragraph 16.2 lies with the Contractor. The Owner’s policy is to encourage the employment and training of apprentices on its construction contracts as may be permitted under local apprenticeship standards. Prevailing Wage Rates: 16.3 As required by Sections 1770 and following, of the California Labor Code, the Contractor (and Subcontractors) shall pay no less than the prevailing wage per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the Owner, which copies shall be made available to any interested party on request. The Contractor shall post a copy of such determination at each job site. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 108 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 51 16.4 The Contractor (and Subcontractors) shall, as a penalty to the Owner, forfeit not more than $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the contract by it or by any Subcontractor under it. The amount of this penalty shall be determined by the Labor Commissioner. Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations: 16.5 Each Contractor and Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 16.5.1 The information contained in the payroll record is true and correct. 16.5.2 The Contractor or Subcontractor has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by its employees on the public works project. 16.6 The payroll records enumerated under Paragraph 16.5 shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: 16.6.1 A certified copy of employee’s payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. 16.6.2 A certified copy of all payroll records enumerated in Paragraph 16.5 shall be made available for inspection or furnished upon request to a representative of the Owner, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. 16.6.3 A certified copy of all payroll records enumerated in Paragraph 16.5 shall be made available upon request by the public for inspection or copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to Paragraph 16.6.2 the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the Contractor, Subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the Contractor. 16.7 The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. 16.8 The Contractor or Subcontractor shall file a certified copy of the records, enumerated in Paragraph 16.5 with the entity that requested the records within 10 days after receipt of a written request. 16.9 Any copy of records made available for inspection as copies and furnished upon Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 109 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 52 request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual’s name, address, and social security number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. 16.10 The Contractor shall inform the body awarding the contract of the location of the records enumerated under Paragraph 16.5 including the street address, city and county, and shall, within five (5) working days, provide a notice of a change of location and address. 16.11 The Contractor or Subcontractor shall have 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in paragraph 16.5. In the event that the Contractor or Subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the Owner, forfeit twenty-five dollars ($25.00) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. The Contractor is not subject to a penalty assessment pursuant to this section due to the failure of a Subcontractor to comply with this section. Workers' Compensation: 16.12 In accordance with the provision of Section 3700 of the California Labor Code, the Contractor and each Subcontractor shall secure the payment of workers’ compensation benefits to its employees. 16.13 Prior to beginning work under the Contract, the Contractor shall sign and file with the Owner the following certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of work of this Contract.” 16.14 Notwithstanding the foregoing provisions, before the Contract is executed on behalf of the Owner, a bidder to whom a contract has been awarded shall furnish satisfactory evidence that it has secured in the manner required and provided by law the payment of workers’ compensation. Working Hours: 16.15 The Contractor shall comply with all applicable provisions of Sections 1810 to 1815 inclusive, of the California Labor Code relating to working hours. The Contractor shall, as a penalty to the Owner, forfeit twenty-five dollars ($25.00) for each worker employed in the execution of the Contract by the Contractor or by any Subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours at not less than 1-1/2 times the basic rate of pay. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 110 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 53 Contractor Not Responsible for Damage Resulting From Certain Acts of God: 16.16 As provided in Section 7105 of California Public Contract Code, the Contractor shall not be responsible for the cost of repairing or restoring damage to the Work which damage is determined to have been proximately caused by an act of God, in excess of five percent (5%) of the contracted amount, provided that the Work damaged was built in accordance with accepted and applicable buildings standards and the plans and specifications of the Owner. The Contractor shall obtain insurance to indemnify the Owner for any damages to the Work caused by an act of God if the insurance premium is a separate bid item in the bidding schedule for the Work. For purposes of this section, the term “acts of God” shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and tidal waves. Concrete Forms, Falsework, and Shoring: 16.17 The Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, false work, and shoring and the inspection of same prior to placement of concrete. Where the said Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the false work or shoring system, or to inspect such system prior to purposes, and all costs therefore shall be included in the price named in the Contract for completion of the Work as set forth in the Contract Documents. Protection of Workers in Trench Excavations: 16.18 As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 5 feet or more in depth, the Contractor shall submit for acceptance by the Owner or by a registered civil or structural engineer, employed by the Owner, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to made for worker protection from the hazard of caving ground during the excavation, of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a registered civil or structural engineer employed by the Contractor, and all costs therefore shall be included in the price named in the Contract for completion of the Work as set forth in the Contract Documents. Nothing in this section shall be deemed to allow the use of a shoring, sloping, or other protective system less effective than that required by the Construction Safety Orders. Nothing in this Section shall be construed to impose tort liability on the Owner, the Architect, no any of their officers, agents, representatives, or employees. Public Works Contracts; Assignment to Awarding Body: 16.19 In accordance with Section 7103.5 of the California Public Contract Code, the Contractor and Subcontractor shall conform to the following requirements: In entering into a public works contract, or a subcontract to supply goods, services or materials pursuant to a public works contract, the Contractor or Subcontractor offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15), or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professional Code], arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 111 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 54 Contractor, without further acknowledgment by the parties. Submission of Bids; Agreement to Assign: 16.20 In accordance with Section 4552 of the California Government Code, the bidder shall conform to the following requirements. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act [Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 112 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 55 SPECIAL CONDITIONS 1. INFORMATION ITEMS - Performance Bond, Labor & Material Bond and Workers Compensation (Certification by Contractor) are part of this bid as information items only and are to be completed and submitted by the successful bidder(s) after award. 2. CONTRACT PERIOD – This contract shall be effective and services rendered hereunder for a period of one (1) year from July 1, 2024 through June 30, 2025 or an equivalent period depending upon the date of award, with an option to renew from year to year thereafter for four (4) additional years unless earlier terminated. Either party may terminate this agreement at any time provided that sixty (60) days written notice is given the other party prior to expiration of contract. 3. FIRM FIXED PRICES - Prices shall remain firm and fixed during the term of the contract (365 days after effective date of award. 4. PRICE ADJUSTMENT CLAUSE – Price increases during the option period, as may have been stipulated by the bidder in the preceding section, will be permitted only when and if the bidder makes general increases to the trade in the price of the service. Such increase in price made effective by the bidder prior to date of service may be added to the price quoted by the bidder after bidder’s first giving thirty (30) days written notice of such increase to the Purchasing Agent of the City, and furnishing the City with copies of notices of price increase to the trade, showing dates of such price increases; provided, however, that increases allowed under the above conditions shall not in total sum exceed the percentage(s) quoted by the bidder in the applicable section(s) on these pages, and provided further that any decrease in price made effective prior to delivery of service shall be allowed to the City and that the City shall be allowed to cancel the contract if price increases are unacceptable to the City. The bidder shall have the responsibility to notify the Purchasing Agent of the City of any such decline in prices. 5. ALTERNATES - The use of the name of a manufacturer, or any special brand or make, in describing any item in the bid documents does not restrict bidders to that manufacturer or specific article. An equal of the named product will be given due consideration. The contractor shall submit any alternate item for approval. All items on which bids are submitted must in all cases be equal or better in quality and utility to those specified by the City. The approval of any alternate shall be made by the Architect and/or the City. Notwithstanding the foregoing, the City may impose additional restrictions in the Specifications section of these documents. Submission of data substantiating a request for a substitution of an item of “equal or better in quality and utility” must be provided, in writing, within 5 business days of bid due date and time to purchasing@elcajon.gov 6. SPECIALTY ITEMS - The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated ‘Specialty Items’ may be performed by subcontract and the amount of any such ‘Specialty Items’ so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. When a portion of an item is subcontracted, the value of the work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, which must accompany with their bid offer, and is subject to approval by the Engineer. The following items have been designated as "Specialty Items" in accordance with the provisions of Section 3-2 of the Standard Specifications for Public Works Construction and Public Contract Code Sections 4100 through 4113: Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 113 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 56 NoSpecialties 7. OFF-ROAD DIESEL REGULATION AMENDMENTS – The California Air Resources Board (CARB) approved amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulation (Off-Road Regulation) on November 17, 2022, aimed at further reducing emissions from the off-road sector. Please see general fact sheet for an overview of the amendments at https://ww2.arb.ca.gov/resources/fact-sheets/overview-amendments-use-road- diesel-fueled-fleets-regulation. Copies of the valid Certificates of Reported Compliance must be obtained from the fleet listed for the selected contract and listed subcontractors prior to entering a new or renewed contract involving the operation of self propelled off-road diesel vehicles 25 horsepower or greater and most two-engine vehicles owned and operated in California, including vehicles that are rented or leased. See Exhibit 1 – Sample: Certificate of Reported Compliance for the In-Use Off-Road Diesel-Fueled Fleets. 8. UNDERGROUND UTILITIES – Section 4216 of the Government Code requires a Dig Alert Identification Number be issued before excavation will be permitted. Call for mark-outs and a Dig Alert I.D. number from Underground Service Alert, at 1-800-227-2600, at least two working days before excavating. 9. STORMWATER MANAGEMENT AND DISCHARGE CONTROL 9A. JURISDICTIONAL RUNOFF MANAGEMENT PROGRAM (JRMP) - The JRMP is the City of El Cajon’s approach to improving water quality in rivers, bays, lakes, and ocean through reducing discharges of pollutants to the Municipally Separate Storm Sewer System (MS4) storm drain system. To reduce pollutants in MS4 discharges to water bodies, the City implements or requires its residents, businesses, municipal facilities, and land owners to implement a variety of measures known as best management practices (BMPs). All municipal activities shall be conducted in accordance with the City’s JRMP. i. Demolition/Construction Municipal projects involving demolition/construction activities shall implement a minimum level of BMPs to help prevent the discharge of pollutants including sediment, toxic chemicals or other construction related materials to the City’s MS4 storm drain system. The following is a list of minimum BMPs to be used for Demolition/Construction related municipal activities: BMP1: Eliminate illicit non-storm water discharges Non-storm water (water other than rain) shall not be discharged to the City’s MS4 storm drain. To eliminate illicit discharges, do not allow any solid or liquid material except uncontaminated storm water to enter City storm drains, curb gutters along City streets, or any other part of the City’s MS4. CASQA: SC: 10 Storm Drain Inlet Protection SC:44 Drainage System Maintenance BMP 14: Protect unpaved areas, including Exposed soils that are actively eroding or prone to erosion due to disturbance shall be protected from erosion. Significant Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 114 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 57 landscaping, from erosion using vegetative or physical stabilization accumulations of eroded soil shall be removed or contained to prevent sediment transport in runoff to the City’s MS4 storm drain system. CASQA: SC:41 Building & Grounds Maintenance BMP 16: Implement good housekeeping to keep site free of trash and debris Outdoor areas shall be cleaned as needed to keep them free of accumulations of trash, sediment, litter, and other debris to help prevent transport to the City’s MS4 storm drain system. CASQA: SC:41 Building & Grounds Maintenance BMP 30: Temporarily protect storm drains from non-storm water discharges while conducting activities that have the potential to result in a discharge If municipal activities conducted cannot be fully contained or minor failures in containment would potentially result in discharges of non- storm water to the MS4, temporary measures shall be used to protect the storm drain system. Any municipal activities and construction related materials that enter the MS4 storm drain system shall be removed promptly and disposed of appropriately (in accordance with other minimum BMPs). Keep storm drain inlets and under drains free of sediment, trash, and debris. CASQA: SC: 10 Storm Drain Inlet Protection SC:44 Drainage System Maintenance City of El Cajon’s Jurisdictional Runoff Management Plan, Minimum Best Management Practices for Industrial, Commercial, and Municipal Site/Sources, 2015. Copies of the complete JRMP are available online at https://www.elcajon.gov/i-want- to/view/documents-forms-library/-folder-137 or reviewed in person at City of El Cajon’s City Hall (200 Civic Center Way). For any questions regarding the JRMP, or to make an appointment with the storm water management staff to discuss and/or review requirements, please call (619) 441- 1653. 9B. STORMWATER MANAGEMENT AND DISCHARGE CONTROL City of El Cajon’s Municipal Code Chapter 13.10 (Stormwater Management and Discharge Control) identifies management practices to help protect health, safety and general welfare of citizens of El Cajon and improve water quality. Management practices will help reduce the adverse effects of polluted runoff discharges on waters of the state; to secure benefits from the use of storm water as a resource; and to ensure that the city is compliant with the Municipal Permit. The Municipal Code requires the control of non-stormwater discharge and reduction of pollutant discharge to the maximum extent practicable. Pollutant, as defined by the Municipal code means any agent that may cause or contribute to the degradation of water quality such that Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 115 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 58 a condition of pollution or contamination is created or aggravated. To maintain compliance with the City of El Cajon’s Municipal Code CHAPTER 13.10 and Municipal Stormwater Permit, non- stormwater pollutant discharges must be controlled to the maximum extent practicable. Any proposed demolition/construction activities that includes the disturbance of surface area less than < 1 acre requires the development of a Water Pollution Control Plan (WPCP). Any proposed demolition/construction activities that includes the disturbance of surface area greater than > 1 acre requires the development of a Storm Water Pollution Prevention Plan (SWPPP). A template for the WPCP/SWPPP can be found at: https://dot.ca.gov/programs/construction/storm-water-and-water-pollution-control. The Contractor shall be responsible for the design of a WPCP/SWPPP and implement Best Management Practices (BMPs) to help eliminate pollutant discharges to the MS4 storm drain system. Use CASQA and/or Caltrans BMP factsheets. The WPCP/SWPPP must be submitted prior to any construction activities including soil disturbance, grading, clearing of vegetative material. The WPCP/SWPPP shall be submitted at least ten (10) working days prior to the start of construction and shall be approved in writing by the City Engineer prior to commencing work. The Contractor shall implement the WPCP/SWPPP and take remedial and preventive action immediately when pollutant discharge occurs and/or the City Engineer/Public Works Director directs. Full compensation for all work involved in Stormwater Management and Discharge Control, including the WPCP/SWPPP, furnishing, installation, maintenance and removal of all necessary BMP materials (including silt fences, gravel bags, and materials) and all necessary labor, tools and equipment, shall be considered as included in the contract prices paid for the various items of work and no additional payment will be made therefor. 10. PROJECT MANAGEMENT DOCUMENTATION & ADMINISTRATION a. The City of El Cajon reserves the right to utilize an online cloud-based project management system. Virtual Project Manager (VPM) allows for paperless documentation and project administration. For more information, go to www.virtual-pm.com. b. Virtual Project Manager (VPM) allows for paperless documentation and project administration. All posted information is available to all personnel involved with the project at any time using the internet. c. The use of VPM by the Contractor is mandatory. Access to VPM will be provided at no cost to the contractor. d. In order to utilize VPM, the contractor needs a computer, internet access, a digital camera, and a scanner. For more information, go to www.virtual-pm.com. To Login, from the homepage, select LOGIN and enter the Username and Password that will be provided to you by the City’s Representative. e. The contractor shall use the following features: i. Daily Logs: Contractor’s daily reports shall be entered electronically here. ii. Change Order Manager: Contractor requests for change order shall be submitted Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 116 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 59 electronically here. iii. Transmittals: Schedules, Certified Payrolls (In addition, hard copies with wet signatures are required), etc. shall be electronically submitted here. iv. Submittals: Submittals requiring approval shall be submitted electronically here. v. RFIs: Requests for information (RFIs) shall be submitted electronically here. vi. Payment Applications: Monthly Payment Applications shall be submitted by the specified date for review and approval by submitting current work items completed within the schedule of values. Contractor to submit back-up as required. 11. LCP TRACKER SOFTWARE (CERTIFIED PAYROLLS) a. LCP Tracker software allows for the submittal of weekly certified payrolls and related labor compliance documentation. LCP Tracker is available to the Contractor involved with the project via internet access. b. The use of LCP Tracker by the Contractor is mandatory for this project. Access to LCP Tracker will be provided at no cost to the Contractor. c. In order to utilize LCP Tracker, the Contractor will require a computer with internet access. A digital camera and a scanner may be useful as well. For additional information, go to www.lcptracker.com. To login, go to www.lcptracker.net and from the homepage, select LOGIN and enter the Username and Password that will be provided to you by the City. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 117 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 60 BID In the matter of supplying labor and material for Street Sweeping Services for the Cities of El Cajon, Del Mar, and Solana Beach: To the City Council of the City of El Cajon: Pursuant to and in compliance with the Notice Inviting Bids, the bidder hereby proposes and agrees to perform the work, therein described, in accordance with the attached specifications, instructions, and conditions, in the time, form, and manner provided by law at the bid price herein. No bid will be accepted that does not contain an adequate or reasonable price for each and every item work listed on the bid proposal. The estimated quantities, unit prices, and total costs herein set forth are for the purpose of comparison of bids only. The final payment will be made upon the basis of actual quantities as per the unit prices bid, as the same may be finally determined by the Deputy Director of Public Works and confirmed by the City Council of the City of El Cajon. The bidder agrees to enter into a contract therefore in the time, form, and manner provided by law at the following unit prices, to wit: BID No. Description UOM EST. QTY. Item Price (In Figures) Total (In Figures) 1 Routine Street Sweeping Services Curb Mile 11,858.268 SUBMIT BID PRICING ELECTRONICALLY 2 Routine Parking Lot Sweeping Services Square Foot 35,447,258.64 3 Special Sweeping Services Hour 246 4 Emergency Sweeping Services Hour 54 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 118 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 61 CHECK LIST THE FOLLOWING DOCUMENTS MUST BE SUBMITTED TO COMPRISE A COMPLETE BID Any Addendum to the bid that is issued prior to the bid opening Noncollusion Declaration Bidder’s Bond (may use bonding company form in lieu of City form; Attorney-in- Fact signature for Surety must be notarized; Power of Attorney for Attorney-in- Fact must be included) **NOTE: Original Bid Bond shall be submitted in a sealed envelope indicating the Bid Number and Name of Bid before the due date and time as provided in the Information for Bidders. Designation of Worker Classifications Designation of Subcontractors (must include subcontractor(s) license number, DIR contractor registration number) Bidders Statement Regarding Insurance Coverage Experience Statement Public Agency Clause Option to Renew _____ CARB – Off-Road Diesel Regulation Amendments ______Acceptance of City of Del Mar Standard Agreement Bidder’s Organizational Information THE FOLLOWING DOCUMENTS ARE FOR INFORMATION ONLY, AND WILL ONLY BE COMPLETED BY THE AWARDED BIDDER Sample of Performance Bond (Principal and Attorney-In-Fact Signatures Must Be Notarized) Sample of Labor and Material Bond (Principal and Attorney-In-Fact Signatures Must Be Notarized) Sample of Certification by Contractor FOR CITY USE ONLY Federal Funding ______YES ___X__ NO If Yes: Check for Non-Debarred Status (website: https//www.sam.gov) Attach a copy of SAM print out. Contractor’s license meets requirements of Item 6.10 of the General Conditions ____Yes____No Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 119 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 62 NONCOLLUSION DECLARATION ***to be submitted by ALL BIDDERS*** The undersigned declares: I am the ___________________ of ________________________, the party (TITLE) (FIRM NAME) making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on __________[date], at ________________[city], _______________[state]. Name & Title: ___________________________________ (PRINTED) ___________________________________ By (Signature):__________________________________ Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 120 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 63 BIDDER'S BOND TO ACCOMPANY PROPOSAL ***to be submitted by ALL BIDDERS unless bid accompanied by cash or equivalent*** KNOW ALL BY THESE PRESENTS, That we, , As Principal, and , as Surety, are held and firmly bound unto the CITY OF EL CAJON in the sum of ($ ) to be paid to the said City or its certain attorney, its successors and assigns, for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that if the bid of the above Principal to dated , is either: A. ACCEPTED by the CITY OF EL CAJON, and if the Principal, his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the two (2) bonds described within ten (10) days after the Notice of Award of Contract has been mailed to the above Principal; OR B. REJECTED by the CITY OF EL CAJON, THEN, this obligation shall become null and void; otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF we hereunto set our hands and seals this day of , 20 . PRINCIPAL: SURETY: Attorney-in-Fact (Attorney-in-Fact must be notarized – see following page) Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 121 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 64 BIDDER'S BOND TO ACCOMPANY PROPOSAL (cont’d) ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity. STATE OF CALIFORNIA ) ) SS: COUNTY OF ____________ ) On_____________________, before me, ______________________________, a Notary Public, personally appeared_________________________________________________, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (SEAL) Signature Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 122 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 65 DESIGNATION OF WORKER CLASSIFICATIONS ***to be submitted by ALL BIDDERS*** In compliance with the provisions of California Labor Code Section 1773.3, the City shall notify the Department of Labor Relations Division of Apprenticeship Standards of any contract awarded under section 1777.5. Bidder shall provide the following information for California Labor Code Section 1777.5 contract work. List name(s) of general contractor and sub-contractor next to all applicable classifications: CLASSIFICATIONS □Asbestos _______________________________________________________________________ □Boiler Maker _______________________________________________________________________ □Bricklayers _______________________________________________________________________ □Carpenters _______________________________________________________________________ □Carpet/Linoleum _______________________________________________________________________ □Cement Masons _______________________________________________________________________ □Drywall Finisher _______________________________________________________________________ □Drywall/Lathers _______________________________________________________________________ □Electricians _______________________________________________________________________ □Elevator Mechanic ______________________________________________________________________ □Glaziers _______________________________________________________________________ □Iron Workers _______________________________________________________________________ □Laborers _______________________________________________________________________ □Millwrights _______________________________________________________________________ □Operating Eng _______________________________________________________________________ □Painters _______________________________________________________________________ □Pile Drivers _______________________________________________________________________ □Pipe Trades _______________________________________________________________________ □Plasterers _______________________________________________________________________ □Roofers _______________________________________________________________________ □Sheet Metal _______________________________________________________________________ Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 123 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 66 DESIGNATION OF WORKER CLASSIFICATIONS (cont’d) □Sound/Comm _______________________________________________________________________ □Surveyors _______________________________________________________________________ □Teamster _______________________________________________________________________ □Tile Workers _______________________________________________________________________ Printed Name of General Contractor: Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 124 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 67 DESIGNATION OF SUBCONTRACTORS ***to be submitted by ALL BIDDERS*** **Bidder must identify specialty item if applicable. The description of the specialty item must match that of the Specialty Items as listed in the Special Conditions. In compliance with the Subletting and Subcontracting Fair Practices Act (commencing at section 4100), part 1, division 2 of the Public Contract Code of the State of California) (“Chapter 4”) and any amendments thereof, each bidder shall set forth below: (a) The name, the location of the place of business, and the California contractor license number of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of the bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater and (b) The portion of the work that will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion as is defined by the prime contractor in his or her bid. If a prime contractor fails to specify a subcontractor or if a prime contractor specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent of the prime contractor's total bid, bidder shall be deemed to have agreed that bidder is fully qualified to perform that portion himself, and that bidder shall perform that portion himself. No prime contractor whose bid is accepted shall (a) substitute any subcontractor, (b) permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid, or (c) sublet or subcontract any portion of the work in excess of one-half of one percent of the prime contractor's total bid as to which his original bid did not designate a subcontractor, except as authorized in the Subletting and Subcontracting Fair Practices Act. Subletting or subcontracting of any portion of the work in excess on one-half of one percent of the prime contractor's total bid as to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the authority awarding this contract setting forth the facts constituting the emergency or necessity. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 4, unless currently registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by section 7029.1 of the Business and Professions Code or by sections 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform the public work pursuant to section 1725.5 of the Labor Code at the time the contract is awarded. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 125 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 68 DESIGNATION OF SUBCONTRACTORS (cont’d) **Bidder must identify specialty item if applicable. The description of the specialty item must match that of the Specialty Items as listed in the Special Conditions. SEE LIST BELOW.*** Name and Location of Business of Subcontractor Subcontractor License Number & DIR Registration Number Bid Item† No. Type of Work (All) or (Portion*) Dollar Amount Specialty** (Specify per list below) Subcontractor Worker Classification*** (Specify per list below) Lic#__________ Reg#_________ Lic#__________ Reg#_________ Lic#__________ Reg#_________ †Each bid item being performed by a subcontractor must be listed separately. *If a portion of an item is subcontracted, documentation approved by the City Project Manager/Engineer must be submitted by the Contractor with their bid offer. Such documentation shall include proof of the amount to be paid to, and the specific portions of the work to be done by, the subcontractor, as well as the prime contractor’s certification of the specific portions of work to be done by its own forces. **Bidder must identify specialty trade if applicable. The description of the specialty trade must match that of the Specialty Items as listed in the Special Conditions. ***Bidder must identify worker classification for each subcontractor (i.e. Asbestos, Boilermaker, Bricklayers, Carpenters, Carpet/Linoleum, Cement Masons, Drywall Finisher, Drywall/Lathers, Electricians, Elevator Mechanic, Glaziers, Iron Workers, Laborers, Millwrights, Operating Engineer, Painters, Pile Drivers, Pipe Trades, Plasterers, Roofers, Sheet Metal, Sound/Comm., Surveyors, Teamster, Tile Workers, etc.). In case of discrepancy between the information provided on this document and Subcontractors information submitted through PlanetBids (or any other designated online platform), this document shall prevail. Proper name of Bidder By Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 126 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 69 BIDDER'S STATEMENT REGARDING INSURANCE COVERAGE ***to be submitted by ALL BIDDERS*** BIDDER HEREBY CERTIFIES that the Bidder has reviewed and understands the insurance coverage requirements specified in this Invitation to Bid. Should the Bidder be awarded the contract for the work, Bidder further certifies that the Bidder can meet the specified requirements for insurance, including insurance coverage of the subcontractors, and agrees to name the City of El Cajon, the City of Del Mar, and the City of Solana Beach as Additional Insured for the work specified. _____________________________________________ Name of Bidder (Person, Firm, or Corporation) _____________________________________________ Signature of Bidder's Authorized Representative _____________________________________________ Name & Title of Authorized Representative ____________________ Date of Signing Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 127 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 70 EXPERIENCE STATEMENT ***to be submitted by ALL BIDDERS*** List at least three references for work of a similar nature performed within the last three years. I hereby certify that I have performed the work listed below. __________________________________ Signature of Bidder Description Year Amount Customer and Telephone $ ( ) $ ( ) $ ( ) $ ( ) $ ( ) Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 128 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 71 PUBLIC AGENCY CLAUSE ***to be submitted by ALL BIDDERS*** It is intended that any other public agency (i.e., city, county, district, public authority, public agency, municipality, or other political subdivision of California) located in the State of California shall have an option to participate in any award made as a result of this solicitation. The City of El Cajon shall incur no financial responsibility in connection with orders issued by another public agency. The public agency shall accept sole responsibility for placing orders or making payments to the vendor. Option shall not be considered in bid evaluation. State whether option is granted. Organization Name: ________________________________ Yes No Authorized Signature: ___________________ Date: __________________ Printed Authorized Name: _____________________________ Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 129 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 72 OPTION TO RENEW ***to be submitted by ALL BIDDERS*** This contract shall be effective and services rendered hereunder for a period of one (1) year commencing July 1, 2024 through June 30, 2025 or an equivalent period depending upon the date of award. The City may desire to exercise an option to renew the contract for four additional one (1) year periods under the terms and conditions herein stated tentatively beginning July 1, 2025 through June 30,2029. The City proposes that such renewal be contingent on a mutual agreement between the City and the successful bidder herein, such agreement to be confirmed thirty (30) days prior to the termination of the contract period in which either party may at that time decline to confirm the renewal of the contract, and such declination would render the renewal option null and void. Would the bidder accept an option to renew, subject to the above stated conditions? Option Period 1 – July 1, 2025 – June 30, 2026 YES NO . Option Period 2 - July 1, 2026 – June 30, 2027 YES NO . Option Period 3 - July 1, 2027 – June 30, 2028 YES NO . Option Period 4 - July 1, 2028 – June 30, 2029 YES NO . If bidder would accept the option to renew, please indicate below the maximum percentage increase to which the prices in effect at the end of the contract period would be subject if the renewal option were exercised. Bidder stipulates that the cumulative total of all Option Period 1 increases would not exceed % of the prices in effect at the end of the initial period. Bidder stipulates that the cumulative total of all Option Period 2 increases would not exceed % of the prices in effect at the end of Option Period 1. Bidder stipulates that the cumulative total of all Option Period 3 increases would not exceed % of the prices in effect at the end of Option Period 2. Bidder stipulates that the cumulative total of all Option Period 4 increases would not exceed % of the prices in effect at the end of Option Period 3. Failure to complete the price increase section above will be construed to mean that prices bid are firm for the duration of the contract, general cost increases to the trade by bidder notwithstanding. The City usually does not grant price increases which are in excess of the Consumer Price Index (CPI) for the San Diego area as published by the Bureau of Labor Statistics. For applicable goods, the City does not grant price increases which are in excess of the Producer Price Index (PPI) for the San Diego area as published by the Bureau of Labor Statistics. If an increase is requested, the Contractor must provide detailed supporting documentation to justify the requested increase. The requested increase will be evaluated by the City, and the City reserves the right to accept or reject. Organization Name: _____________________________________________ Authorized Signature: _______________________ Date: __________________ Printed Authorized Name: _____________________________ EVALUATION OF OPTION PERIODS - The recommendation for award will be based on the initial contract period only, and not on the option periods, if any. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 130 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 73 CALIFORNIA AIR RESOURCES BOARD (CARB) OFF-ROAD DIESEL REGULATION AMENDMENTS ***to be submitted by ALL BIDDERS*** Contractors must submit valid copies of the Certificates of Reported Compliance for their fleet and the fleet of its listed subcontractors involving the operation of self-propelled off-road diesel vehicles 25 horsepower or greater and most two-engine vehicles owned and operated in California, included vehicles that are rented or leased. The undersigned certifies, to the best of their knowledge and belief, that: valid Certificates of Reported Compliance have been submitted with Contractor’s bid. valid Certificates of Reported Compliance have not been submitted with Contractor’s bid. _____________________________________________ Signature of [Contractor’s or Subcontractor’s] Authorized Representative _____________________________________________ Name & Title of [Contractor’s or Subcontractor’s] Authorized Representative ____________________ Date Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 131 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 74 ACCEPTANCE OF CITY OF DEL MAR STANDARD AGREEMENT ***to be submitted by ALL BIDDERS*** 1. The Bidder confirms that it accepts the terms and requirements of the City of Del Mar standard agreement (Attachment A): ☐ In its entirety ☐ With the modifications requested below (subject to approval by the City of Del Mar): ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ 2. The Bidder acknowledges that the requested modifications are not guaranteed to be approved. _____________________________________________ Signature of Contractor’s Authorized Representative _____________________________________________ Name & Title of Contractor’s Authorized Representative ____________________ Date Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 132 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 75 BIDDER'S ORGANIZATIONAL INFORMATION ***to be submitted by ALL BIDDERS*** The bidder warrants that it, is duly licensed in the classification in accordance with the Act providing for the registration of Contractors in the State of California, and said License is numbered . The undersigned bidder warrants that he, or it, is duly registered to perform public work pursuant to Section 1725.5 of the Labor Code, and said Registration is numbered _______________. The Bid is submitted in response to Notice Inviting Bids, attached hereto, and pursuant to all of the proceedings of the City Council of the City of El Cajon heretofore had and taken to date. The names of all persons, firms and corporations interested in the foregoing bid as principals are as follows: (If an individual, so state. If a firm or co-partnership, state the firm name and give names of all individual co-partners comprising the firm. If a corporation, state the legal name of the corporation, also name the president, secretary, treasurer and manager thereof.) The person executing this Bid/Proposal/Agreement on behalf of _________________________________________________, the Bidder, hereby represents (FIRM NAME) that they are lawfully able to enter into contracts and are authorized to sign this Bid/Proposal/Agreement and bind the entity (firm) on whose behalf they are proposing this Bid/Proposal/entering into this Agreement. The undersigned are prepared to satisfy the City Council of the City of El Cajon of their ability, financial or otherwise, to perform the proposed work and improvements in accordance with the specifications set forth. Signature: ______________________________________ Name & Title: ____________________________________________________ Address: Telephone: E-Mail: Taxpayer I.D. No.: Type of Business entity: Corp□ Partnership□ Individual/Sole Proprietor□ Joint Venture □ Other□: _________________________________ Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 133 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 76 SAMPLE OF PERFORMANCE BOND ***to be submitted by AWARDED BIDDER*** KNOW ALL MEN BY THESE PRESENTS: WHEREAS, the CITY COUNCIL OF THE CITY OF EL CAJON has awarded to , hereinafter designated as "Principal", a contract for:___________________________________________________________________ together with appurtenance thereto: and WHEREAS, said PRINCIPAL is required under the terms of said contract to furnish a bond for the faithful performance of said contract. NOW, THEREFORE, we , as Principal, and , as Surety, are held firmly bound unto the CITY OF EL CAJON, CALIFORNIA, hereinafter called "Owner", in the penal sum of ($ ), lawful money of the United States of America, for payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that if the above bounded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by and well and truly keep and perform all the undertakings, terms, covenants, conditions and provisions in the said contract and any alteration thereof made as therein provided, all within the time and in the manner therein designated, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of El Cajon, its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above names on , 20 . Principal: Surety: By By Note: To be submitted by successful bidder only. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 134 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 77 SAMPLE OF LABOR AND MATERIAL BOND ***to be submitted by AWARDED BIDDER*** KNOW ALL MEN BY THESE PRESENTS: WHEREAS, the City Council of the City of El Cajon has awarded to , hereinafter designated as "Principal", a contract for: ____________________________________________________________________________ together with appurtenances thereto; and WHEREAS, said Principal is required under the terms of said contract to furnish a bond providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies used in, upon, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW THEREFORE, we, , as Principal, and , as Surety, are held and firmly bound unto the CITY OF EL CAJON, CALIFORNIA, hereinafter called "Owner", in the penal sum of ($ ), lawful money of the United States of America, for payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that if said Principal, his or its heirs, executors, administrators, successors or assigns, shall fail to pay for any materials, provisions, provender or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or any person who supplies both work and materials therefor, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, then said Surety will pay the same in an amount not exceeding the amount hereinabove set forth, and will also pay, in case suit is brought upon this bond, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and the Surety above named on , 20 . Principal: Surety: By Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 135 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 78 SAMPLE OF CERTIFICATION BY CONTRACTOR ***to be submitted by AWARDED BIDDER*** I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work on this contract. DATED: Contractor By: Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 136 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 79 Section 1861, Labor CodeThe following excerpt from the State of California Public Contract Code shall be included in the terms of any contract subject to this article, as required by the article. DIVISION 2. GENERAL PROVISIONS Part 2. Contracting by State Agencies Chapter 2. State Procurement of Materials, Supplies, Equipment and Services ARTICLE 1.7 MODIFICATIONS; PERFORMANCE; PAYMENT § 20104.50. Timely progress payments; legislative intent; interest; payment requests (a) (1) It is the intent of the Legislature in enacting this section to require all local governments to pay their contractors on time so that these contractors can meet their own obligations. In requiring prompt payment by all local governments, the Legislature hereby finds and declares that the prompt payment of outstanding receipts is not merely a municipal affair, but is, instead, a matter of statewide concern. (2) It is the intent of the Legislature in enacting this article to fully occupy the field of public policy relating to the prompt payment of local governments' outstanding receipts. The Legislature finds and declares that all government officials, including those in local government, must set a standard of prompt payment that any business in the private sector which may contract for services should look towards for guidance. (b) Any local agency which fails to make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. (c) Upon receipt of a payment request, each local agency shall act in accordance with both of the following: (1) Each payment request shall be reviewed by the local agency as soon as practicable after receipt for the purpose of determining that the payment request is a proper payment request. (2) Any payment request determined not to be a proper payment request suitable for payment shall be returned to the contractor as soon as practicable, but not later than seven days, after receipt. A request returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the payment request is not proper. (d) The number of days available to a local agency to make a payment without incurring interest pursuant to this article shall be reduced by the number of days by which a local agency exceeds the seven-day return requirement set forth in paragraph (2) of subdivision (c). (e) For purposes of this article: (1) A "local agency" includes, but is not limited to, a city, including a charter city, a county, and a city and county, and is any public entity subject to this part. (2) A "progress payment" includes all payments due contractors, except that portion of the final payment designated by the contract as retention earnings. (3) A payment request shall be considered properly executed if funds are available for payment of the payment request, and payment is not delayed due to an audit inquiry by the financial officer of the local agency. (f) Each local agency shall require that this article, or a summary thereof, be set forth in the terms of any contract subject to this article. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 137 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 80 Exhibit 1 – Sample: Certificate of Reported Compliance for the In-Use Off-Road Diesel- Fueled Fleets Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 138 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 81 ATTACHMENT A CITY OF DEL MAR – STANDARD AGREEMENT AGREEMENT BETWEEN THE CITY OF DEL MAR AND [NAME OF CONTRACTOR] FOR STREET SWEEPING SERVICES This Agreement (“Agreement”) is made and entered into this _____ day of ____________, 2024 by and between the City of Del Mar, a Charter City and a municipal corporation (“City”), and [Name of Contractor] (“Contractor”) (collectively “Parties”). WHEREAS, the City desires to employ a qualified firm to provide Street Sweeping Services on City-owned streets and parking lots on a scheduled basis (“Services”). Said work is to be performed in accordance with the terms and conditions set forth below and as described in the scope of services, attached hereto as Exhibit “A” and incorporated herein; and WHEREAS, the City has initially determined that Contractor is qualified based on their experience and ability and willingness to perform the services desired by City; and WHEREAS, Contractor will conduct all the work as described and detailed in this Agreement to be provided to the City. NOW, THEREFORE, the Parties hereto mutually covenant and agree with each other as follows: 1. SERVICES. 1.1 Scope of Services. The Contractor shall perform the Services as set forth in the written Scope of Services, attached hereto as Exhibit “A” and incorporated herein. Such services shall be provided at the direction of the City. 1.2. City Modification of Scope of Services. City may order changes to the Scope of Services within the general scope of this Agreement consisting of additions, deletions, or other revisions. If such changes cause a change in the Contractor’s cost of, or time required for, completion of the Scope of Services, an equitable adjustment to Contractor’s compensation and/or contract time shall be made, subject to the City’s approval. All such changes shall be authorized in writing, executed by Contractor and City. If such a change results in an extension of the term of this Agreement or increases the maximum amount to be paid under this Agreement, no such change shall have any force or effect unless an amendment to this Agreement is approved by the City Council. 1.3. Prevailing Wage Obligation. Contractor is hereby notified that this project is a public work and is subject to State prevailing wages. Pursuant to provisions of section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this Contract, from Director of the Department of Industrial Relations. Current prevailing wage rates and information is available on the Internet at http://www.dir.ca.gov. Contractor shall post a copy of such rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of sections 1725.5, 1771, 1773.8, 1774, 1775, 1776, 1777.5, 1777.6, 1813, and 1815 of the Labor Code. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 139 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 82 Pursuant to the provisions of section 1775 of the Labor Code, Contractor shall forfeit to City, as a penalty, a sum to be determined by the Labor Commissioner for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this Agreement, by it or by any subcontractor under it, in violation of the provisions of the Agreement. All Contractors and subcontractors must be registered with the Department of Industrial Relations, State of California (DIR) prior to submitting a bid on any public works project, pursuant to Labor Code section 1725.5. Quotes from Contractors or subcontractors that are not currently registered as required will be deemed nonresponsive and will not be considered. This project is subject to compliance monitoring and enforcement by the DIR. 2. DURATION OF AGREEMENT. 2.1 Term, Time for Performance. This Agreement shall be effective for a period of three (3) year beginning on July 1, 2022 and ending on June 30, 2025. The agreement may be extended for an additional two (2) year period, upon written approval of both parties. Time is of the essence for this Agreement and each provision of this Agreement, unless otherwise specified in this Agreement. (Section 2.1 of the City of Del Mar Standard Agreement will not apply to this contract.) 2.2 Delay. Any delay occasioned by causes beyond the control of Contractor may merit an extension of time for the completion of the Scope of Services. When such delay occurs, Contractor shall immediately notify the Project Coordinator in writing of the cause and the extent of the delay, whereupon the Project Coordinator shall ascertain the facts and the extent of the delay and grant an extension of time for the completion of the Services when justified by the circumstances provided that no extension of time shall be granted which would extend the time for performance beyond the date specified in section 2.1 above. 2.3 City’s Right to Terminate for Default. Should Contractor be in default of any covenant or condition hereof, City may immediately terminate this Agreement for cause if Contractor fails to cure the default within ten (10) calendar days of receiving written notice of the default. 2.4 City’s Right to Terminate without Cause. Without limiting its rights in the event of Contractor’s default, City may terminate this Agreement, without cause, by giving written notice to Contractor. Such termination shall be effective upon receipt of the written notice. Contractor shall be compensated for all effort and material expended on behalf of City under the terms of this Agreement, up to the effective date of termination. All personal property remaining in City facilities or on City property thirty (30) days after the expiration or termination of this Agreement shall be, at City’s election, considered the property of City. 3. PERFORMANCE AFTER TERMINATION. Upon termination of this Agreement as provided herein, Contractor shall, within such reasonable time period as may be directed by City Manager, complete those items of work which are in various stages of completion and which City Manager determines are necessary to be completed by Contractor to allow the project to be completed in a timely, logical, and orderly manner. Upon termination, all finished or unfinished documents, data, studies, surveys, drawings, models, photographs, reports, and other materials prepared by Contractor shall be delivered to the City Manager, upon his request, as property of Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 140 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 83 City. 4. COMPENSATION. 4.1 Total Amount. Compensation to Contractor shall be provided in accordance with the rates described in the Fee Schedule contained in Exhibit “B” and incorporated herein. Contractor shall bill the City for work provided and shall present a written request for such payment monthly. City shall pay all invoices in arrears and shall in no event be required to pay for any services provided by Contractor in advance. Contractor acknowledges that it is not guaranteed any particular amount of work. 4.2 Additional Services. City may, as the need arises or in the event of an emergency, request additional services of Contractor. Should such additional services be required, Compensation therefore shall be paid to the Contractor in accordance with Fee Schedule contained in Exhibit “B.” City and Contractor shall agree to the costs prior to commencement of such work. 5. INDEPENDENT CONTRACTOR. Contractor is, for all purposes arising out of this Agreement, an independent Contractor. The Contractor has and shall retain the right to exercise full control and supervision of all persons assisting the Contractor in the performance of said services hereunder, the City only being concerned with the finished results of the work being performed. Neither Contractor nor Contractor’s employees shall in any event be entitled to any benefits to which City employees are entitled, including, but not limited to, overtime, any retirement benefits, workers’ compensation benefits, any injury leave or other leave benefits, Contractor being solely responsible for all such matters, as well as compliance with social security and income tax withholding and all other regulations and laws governing such matters. 6. STATEMENT OF EXPERIENCE. Contractor agrees that it has the financial resources, service experience, completion ability, personnel, and experience in dealing with public agencies necessary for performing the Scope of Services and that such performance shall be in accordance with the standards customarily adhered to by an experienced and competent Contractor using the degree of care and skill ordinarily exercised by reputable Contractors practicing in the same field of service in the State of California. By executing this Agreement, Contractor represents that it has demonstrated trustworthiness and possesses the quality, fitness, and capacity to perform the Agreement in a manner satisfactory to City. Additionally, Contractor and all of Contractor’s employees or agents shall secure and maintain in force such permits and licenses as are required by law in connection with the furnishing of services pursuant to this Agreement. 7. AUDIT OF RECORDS. 7.1 At any time during normal business hours and as often as may be deemed necessary, the Contractor shall make available to a representative of City for examination all of its records with respect to all matters covered by this Agreement and shall permit City to audit, examine, and/or reproduce such records. Contractor shall retain such financial and program service records for at least four (4) years after termination or final payment under this Agreement. 7.2 The Contractor shall include the City’s right to audit under this section in any and all of their subcontracts and shall ensure that these sections are binding upon all subcontractors. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 141 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 84 8. CONFIDENTIALITY. All services performed by Contractor, including, but not limited to, all drafts, data, correspondence, proposals, reports, research and estimates compiled or composed by Contractor, pursuant to this Agreement, are for the sole use of the City, its agents and employees. Neither the documents nor their contents shall be released to any third party without the prior written consent of the City. This provision does not apply to information that (a) was publicly known, or otherwise known to Contractor, at the time that it was disclosed to Contractor by the City, (b) subsequently becomes publicly known through no act or omission of Contractor or (c) otherwise becomes known to Contractor other than through disclosure by the City. Except for any subcontractors that may be allowed upon prior agreement, neither the documents nor their contents shall be released to any third party without the prior written consent of the City. The sole purpose of this section is to prevent disclosure of City’s confidential and proprietary information by Contractor or subcontractors. 9. CONFLICTS OF INTEREST. 9.1 Contractor shall at all times comply with all federal, state and local conflict of interest laws, regulations, and policies applicable to public contracts and procurement practices, including, but not limited to, California Government Code §§ 81000 et seq. (Political Reform Act) and §§ 1090 et seq. Contractor shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the City in which the Contractor has a financial interest as defined in Government Code § 87103. Contractor represents that it has no knowledge of any financial interests, which would require it to disqualify itself from any matter on which it might perform services for the City. 9.2 Contractor shall comply with all of the reporting requirements of the Political Reform Act. The Contractor shall file a Fair Political Practices Commission Form 700 (Assuming Office Statement) within thirty (30) calendar days of the City’s determination that the Contractor is subject to a conflict of interest code, if applicable. The Contractor shall also file a Form 700 (Annual Statement) on or before April 1, disclosing any financial interests held during the previous calendar year for which the Contractor was subject to a conflict of interest code. 9.3 If, in performing the Services set forth in this Agreement, the Contractor makes, or participates in, a “governmental decision” as described in Title 2, section 18701(a)(2) of the California Code of Regulations, or performs the same or substantially all the same duties for the City that would otherwise be performed by a City employee holding a position specified in the department's conflict of interest code, the Contractor shall be subject to a conflict of interest code requiring the completion of one or more statements of economic interests disclosing the Contractor’s relevant financial interests. 10. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by Contractor under this Agreement shall be considered the property of City. Contractor shall be permitted to reference and use said materials for use in future studies, work, and marketing so long as said materials are considered “public documents” and are not subject to attorney-client privilege, or the subject of pending closed or executive session discussions. 11. INSURANCE 11.1 Contractor shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 142 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 85 Contractor, their agents, representatives, employees or subcontractors. Insurance shall be placed with insurers with a current A.M. Best’s rating of no less than “A” and “VII” and are admitted to do business in the State of California, unless otherwise approved in writing by the City’s Risk Manager. 11.2 Contractor’s liabilities, including but not limited to Contractor’s indemnity obligations, under this Agreement, shall not be deemed limited in any way to the insurance coverage required herein. All policies of insurance required hereunder must provide that the City is entitled to thirty (30) days prior written notice (ten (10) days for cancellation due to non-payment of premium) of cancellation or non-renewal of the policy or policies. Maintenance of specified insurance coverage is a material element of this Agreement. 11.3 Types and Amounts Required. Contractor shall maintain, at minimum, the following insurance coverage for the duration of this Agreement: 11.3.1 Commercial General Liability (CGL). Insurance written on an ISO Occurrence form CG 00 01 07 98 or equivalent providing coverage at least as broad which shall cover liability arising from any and all personal injury or property damage in the amount of $1,000,000 per occurrence and subject to an annual aggregate of $2,000,000. There shall be no endorsement or modification of the CGL limiting the scope of coverage for either insured vs. insured claims or contractual liability. All defense costs shall be outside the limits of the policy. 11.3.2 Commercial Automobile Liability. For all of the Contractor's automobiles including owned, hired and non-owned automobiles, automobile insurance written on an ISO form CA 00 01 12 90 or a later version of this form or an equivalent form providing coverage at least as broad for bodily injury and property damage for a combined single limit of $1,000,000 per occurrence. Insurance certificate shall reflect coverage for any automobile (any auto). 11.3.3 Workers' Compensation. For all of the Contractor's employees who are subject to this Agreement and to the extent required by applicable state or federal law, a Workers' Compensation policy providing at minimum $1,000,000 employers' liability coverage. The Contractor shall provide an endorsement that the insurer waives the right of subrogation against the City and its respective elected officials, officers, employees, agents and representatives. 11.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions are the responsibility of the Contractor and must be declared to and approved by the City. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees, and volunteers, or (2) the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. 11.5 Additional Required Provisions. The commercial general liability and automobile liability policies shall contain, or be endorsed to contain, the following provisions: 11.5.1 The City, its officers, officials, employees, and representatives shall be named as additional insureds. The City's Additional Insured status must be reflected on additional insured endorsement form which shall be submitted to the City. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 143 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 86 11.5.2 The policies are primary and non-contributory to any insurance that may be carried by the City, as reflected in an endorsement which shall be submitted to the City. 11.6 Verification of Coverage. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this Section 11. The endorsement should be on forms provided by the City or on other than the City’s forms provided those endorsements conform to City requirements. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. 12. DEFENSE AND INDEMNIFICATION. 12.1 Contractor agrees to indemnify, defend (with attorneys approved by City), and hold harmless the City, and its officers, officials, agents and employees (the “Indemnified Parties”) from any and all claims, demands, costs or liability that arise out of, or pertain to, or relate to the Contractor, its employees, agents, and subcontractors performance of services under this Agreement. Contractor’s duty to indemnify under this section shall not include liability for damages for death or bodily injury to persons, injury to property, or other loss, damage or expense arising from the sole negligence or willful misconduct by the City or its elected officials, officers, agents, and employees. Contractor's indemnification obligations shall not be limited by the insurance provisions of this Agreement. The Parties expressly agree that any payment, attorney's fees, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense, or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 12.2 This indemnity is in addition to any other rights or remedies which City may have under the law or this Agreement. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, at its sole discretion, reserve, retain or apply any monies due to Contractor under this Agreement for the purpose of resolving such claims; provided however, that City may release such funds if Contractor provides City with reasonable assurances of protection of the City's interest. The City shall, in its sole discretion determine whether such assurances are reasonable. 12.3 Contractor agrees that its duty to defend arises upon an allegation of liability based upon the performance of services under this Agreement by Contractor, its officers, agents, representatives, employees, sub-Contractors, or anyone for whom Contractor is liable and that an adjudication of Contractor’s liability is not a condition precedent to Contractor's duty to defend. 13. SUBCONTRACTORS. 13.1 The Contractor’s hiring or retaining of third parties (i.e. subcontractors) to perform services related to the Project is subject to prior approval by the City. 13.2 All contracts entered into between the Contractor and its subcontractor shall also provide that each subcontractor shall obtain insurance policies, which shall be kept in full force and effect during any and all work on this Project and for the duration of this Agreement. The Contractor shall require the subcontractor to obtain all policies described in section 11 of this Agreement in the amounts required by the City, which shall not be greater than the amounts Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 144 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 87 required of the Contractor. 13.3 In any dispute between the Contractor and its subcontractors, the City shall not be made a party to any judicial or administrative proceeding to resolve the dispute. The Contractor agrees to defend and indemnify the City as described in section 12 of this Agreement should the City be made a party to any judicial or administrative proceeding to resolve any such dispute or should the City incur any costs in responding to third-party discovery requests. 14. NON-DISCRIMINATION. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, physical or mental disability, medical condition, genetic information, marital status, military or veteran status, gender, gender identity, gender expression, sexual orientation, or any other class protected under state, federal, or local law. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to any class or category protected under state, federal, or local law and shall make reasonable accommodation to qualified individuals with disabilities. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment, or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places available to employees and applicants for employment any notices provided by City setting forth the provisions of this non-discrimination clause. 15. NOTICES. All communications to either party by the other party shall be delivered to the persons listed below. Any such written communications by mail shall be conclusively deemed to have been received by the addressee five (5) calendar days after the deposit thereof in the United States Mail, postage prepaid and properly addressed as noted below. If to City: If to Contractor City of Del Mar ______________ City Clerk ______________ 1050 Camino del Mar ______________ Del Mar, CA 92014 ______________ 16 ASSIGNABILITY. This Agreement and any portion thereof shall not be assigned or transferred, nor shall any of the Contractor’s duties be delegated or sub-contracted, without the express written consent of the City. 17. RESPONSIBILITY FOR EQUIPMENT. City shall not be responsible nor held liable for any damage to persons or property consequent upon the use, misuse, or failure of any equipment used by Contractor or any of Contractor’s employees or subcontractors, even if such equipment has been furnished, rented, or loaned to Contractor by City. The acceptance or use of any such equipment by Contractor, Contractor’s employees, or subcontractors shall be construed to mean that Contractor accepts full responsibility for and agrees to exonerate, indemnify and hold harmless City from and against any and all claims for any damage whatsoever resulting from the use, misuse, or failure of such equipment. 18. CALIFORNIA LAW; VENUE/MISC. This Agreement shall be construed and interpreted according to the laws of the State of California. Any action brought to enforce or interpret any portion of this Agreement shall be brought in the county of San Diego, California. Contractor hereby waives any and all rights it might have pursuant to California Code of Civil Procedure section 394. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 145 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 88 19. COMPLIANCE WITH LAWS. The Contractor shall comply with all laws, ordinances, regulations, and policies of the federal, state, and local governments applicable to this Agreement, including California Labor Code section 1720, et seq., relating to payment of prevailing wages for public works projects, if applicable. Contractor shall indemnify and defend the Indemnified Parties from and against any liability incurred due to any failure on the part of Contractor to comply with any applicable Laws. To the extent Contractor is required to comply with prevailing wage requirements, Contractor does hereby acknowledge that they are aware of, have read, and understand the terms and implications of SB 854 and Contractor and any subcontractors ensure that they are familiar with and comply with its requirements. Such requirements include, but are not limited to, the registration requirement with the Department of Industrial Relations, State of California (DIR), pursuant to Labor Code section 1725.5. As of March 1, 2015, in compliance with SB 854, the City requires all affected Contractors and Contractors to be registered with the DIR prior to submitting a bid or proposal on any eligible District project. As of April 1, 2015, failure to comply with the requirements of SB 854 by any Contractor or Contractor, including registration with the DIR pursuant to Labor Code section 1725.5, shall be a material breach of this Agreement which may be terminated by the City in its sole and absolute discretion. Where applicable, this project is subject to compliance monitoring and enforcement by the DIR. 20. CONTRACTOR’S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986. Contractor certifies that Contractor is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC §§ 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and Contractors that are included in this Agreement. 21. ENTIRE AGREEMENT. This Agreement sets forth the entire understanding of the Parties with respect to the subject matters herein. There are no other understandings, terms or other agreements expressed or implied, oral or written, except as set forth herein. 22. AMENDMENTS. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. No change, alteration, or modification of the terms or conditions of this Agreement, and no verbal understanding of the Parties, their officers, agents, or employees shall be valid unless agreed to in writing by both Parties. 23. NO WAIVER. No failure of either the City or the Contractor to insist upon the strict performance by the other of any covenant, term or condition of this Agreement, nor any failure to exercise any right or remedy consequent upon a breach of any covenant, term, or condition of this Agreement shall constitute a waiver of any such breach of such covenant, term or condition. 24. SEVERABILITY. The unenforceability, invalidity, or illegality of any provision of this Agreement shall not render any other provision unenforceable, invalid, or illegal. 25. DRAFTING AMBIGUITIES. The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms and conditions of this Agreement, and the decision of whether or not to seek advice of counsel with respect to this Agreement is a decision which is the sole responsibility of each Party. This Agreement shall not Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 146 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 89 be construed in favor of or against either Party by reason of the extent to which each Party participated in the drafting of the Agreement. 26. LEGAL FEES. In the event of the bringing of any action or suit by either party hereto against the other party hereunder to enforce or interpret any of the provisions, covenants or conditions of this Agreement, or arising out of any tortuous conduct by either party incident to this Agreement, the prevailing party in such action or suit shall be entitled to recover all costs and expenses of suit, including reasonable attorneys' fees. In any action or suit brought to enforce this Agreement, the damages available shall be limited to specific performance or other such equitable relief that the court may order. 27. CONFLICTS BETWEEN TERMS. If an apparent conflict or inconsistency exists between the main body of this Agreement and the Exhibits, the main body of this Agreement shall control. If a conflict exists between an applicable federal, state, or local law, rule, regulation, order, or code and this Agreement, the law, rule, regulation, order, or code shall control. Varying degrees of stringency among the main body of this Agreement, the Exhibits, and laws, rules, regulations, orders, or codes are not deemed conflicts, and the most stringent requirement shall control. Each Party shall notify the other immediately upon the identification of any apparent conflict or inconsistency concerning this Agreement. 28. EXHIBITS INCORPORATED. All Exhibits referenced in this Agreement are incorporated into the Agreement by this reference. 29. SIGNING AUTHORITY. The representative for each Party signing on behalf of a corporation, partnership, joint venture, or governmental entity hereby declares that authority has been obtained to sign on behalf of the corporation, partnership, joint venture, or entity and agrees to hold the other Party or Parties hereto harmless if it is later determined that such authority does not exist. [SIGNATURES ON THE FOLLOWING PAGE] Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 147 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 90 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement the day and year first hereinabove written. CITY OF DEL MAR, a municipal corporation By: ____________________________ Ashley Jones, City Manager [INSERT CONTRACTOR] By: __________________________________ Name, Title ATTEST: ________________________________ Sarah Krietor, Administrative Services Manager/City Clerk APPROVED AS TO FORM: _______________________________ Leslie E. Devaney, City Attorney Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 148 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 91 ATTACHMENT B CITY OF SOLANA BEACH – INSURANCE REQUIREMENTS · Commercial General Liability ($2M/occurrence & $4M/aggregate) insurance certificate 1. Additional insured endorsement 2. Primary/noncontributory endorsements 3. Declarations page showing the schedule of endorsements · Commercial Auto Liability ($1M) insurance certificate 1. Additional insured endorsement 2. Primary/noncontributory endorsements · Worker’s Compensation ($1M/statute) insurance certificate 1. Waiver of subrogation · Umbrella or Excess Policy 1. Additional insured endorsement 2. Primary/noncontributory endorsements 3. OR if the policy is follow form to the CGL, the policy showing that it is follow form must be provided · Please be sure the City is listed as additional insured and the policy number(s) listed on each endorsement and waiver of subrogation. · IMPORTANT: The specific language below must read on the endorsement pages: “City of Solana Beach, its employees, officers, officials, volunteers and representatives are as additional insured”. · The policies are primary and non-contributory to any insurance that may be carried by the CITY which must be written within each endorsement. · In addition, please be sure the insurance coverage(s) meet the minimum dollar amount requirements per the contract. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 149 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 92 ATTACHMENT C SWEEPING QUANTITY DETAILS Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 150 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 93 ATTACHMENT D CITY OF EL CAJON MAPS AND SCHEDULE Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 151 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 94 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 152 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 95 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 153 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 96 ATTACHMENT E CITY OF DEL MAR MAP AND SCHEDULE City of Del Mar Sweeping schedule: Updated Street Sweeping Schedule starting October 1, 2023 1st Monday-beginning at 5:30AM to 3:00PM Posted Area: •Ocean Ave (first Monday only) – Southbound (8:00am-10:00am) & Northbound Parking Lots (5:30am-8:00am) • Public Works @ 2240 Jimmy Durante Blvd • 17th Street Community Services Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 154 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 97 1st and 3rd Monday-beginning at 5:30AM to 3:00PM Business District (5:30am-8:00am) • Along Camino Del Mar from 9th Street to 15th Street (5:30AM-9:30AM) Primary Roads •Major Arterials Streets: Camino del Mar, Via de la Valle, Carmel Valley Rd. Jimmy Durante Blvd. • Curb and gutters • Right Collection Lanes • Bike Lanes Posted Areas •Stratford Court (4th St-15th St) Southbound (8:00am-10:00am) •Coast Blvd. (17th St. – 23rd St.) Southbound (8:00am-10:00am) •One hundred blocks of 17th, 18th, 19th, 20th, 21st, and 23rd Streets between Ocean Front and Coast Blvd. - North and South side of the streets 1st Wednesday-beginning at 8:00AM to 3:00PM Center Medians of Major Arterial streets •Major Arterials streets: Camino del Mar, Via de la Valle, Carmel Valley Rd. Jimmy Durante Blvd. 1st and 3rd Wednesday-beginning at 8:00AM to 3:00PM Posted Areas (8:00am – 10:00am) •Stratford Court (4th St-15th St) Northbound (8:00am-10:00am) •Coast Blvd. (17th St. – 23rd St.) Northbound (8:00am-10:00am) Center Medians of Coast Blvd. •Coast Blvd. adjacent to Powerhouse Park Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 155 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 98 ATTACHMENT F CITY OF SOLANA BEACH MAP AND SCHEDULE Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 156 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 99 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 157 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 100 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 158 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 101 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 159 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 102 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 160 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 103 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 161 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 City of El Cajon STREET SWEEPING SERVICES FOR THE CITIES OF EL CAJON, DEL MAR, & SOLANA BEACH (006-25), bidding on 05/01/2024 2:00 PM (PDT) Page 1 of 4 Printed 05/01/2024 PlanetBids Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 162 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 City of El Cajon STREET SWEEPING SERVICES FOR THE CITIES OF EL CAJON, DEL MAR, & SOLANA BEACH (006-25), bidding on 05/01/2024 2:00 PM (PDT) Page 2 of 4 Printed 05/01/2024 PlanetBids Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 163 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 City of El Cajon STREET SWEEPING SERVICES FOR THE CITIES OF EL CAJON, DEL MAR, & SOLANA BEACH (006-25), bidding on 05/01/2024 2:00 PM (PDT) Page 3 of 4 Printed 05/01/2024 PlanetBids Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 164 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 City of El Cajon STREET SWEEPING SERVICES FOR THE CITIES OF EL CAJON, DEL MAR, & SOLANA BEACH (006-25), bidding on 05/01/2024 2:00 PM (PDT) Page 4 of 4 Printed 05/01/2024 PlanetBids Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 165 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Business Search The California Business Search provides access to available information for corporations, limited liability companies and limited partnerships of record with the California Secretary of State, with free PDF copies of over 17 million imaged business entity documents, including the most recent imaged Statements of Information led for Corporations and Limited Liability Companies. Currently, information for Limited Liability Partnerships (e.g. law rms, architecture rms, engineering rms, public accountancy rms, and land survey rms), General Partnerships, and other entity types are not contained in the California Business Search. If you wish to obtain information about LLPs and GPs, submit a Business Entities Order paper form to request copies of lings for these entity types. Note: This search is not intended to serve as a name reservation search. To reserve an entity name, select Forms on the left panel and select Entity Name Reservation ? Corporation, LLC, LP. Basic Search A Basic search can be performed using an entity name or entity number. When conducting a search by an entity number, where applicable, remove "C" from the entity number. Note, a basic search will search only ACTIVE entities (Corporations, Limited Liability Companies, Limited Partnerships, Cooperatives, Name Reservations, Foreign Name Reservations, Unincorporated Common Interest Developments, and Out of State Associations). The basic search performs a© 2024 CA Secretary of State LoginCalifornia Secretary of State Business UCC SCA OF CA, LLC (202113410513) Request Certi cate 05/07/2021 Active Good Good Good Good DELAWARE Limited Liability Company - Out of State 4141 ROCKSIDE ROAD,SUITE 100 SEVEN HILLS, OH 44131 4141 ROCKSIDE ROAD, SUITE 100 SEVEN HILLS,OH44131 05/31/2025 1505 Corporation C T CORPORATION SYSTEM AMANDA GARCIA 330 N BRAND BLVD, GLENDALE, CA GABRIELA SANCHEZ 330 N BRAND BLVD, GLENDALE, CA DAISY MONTENEGRO 330 N BRAND BLVD,GLENDALE, CA BEATRICE CASAREZ- BARRIENTEZ 330 N BRAND BLVD,GLENDALE, CA JESSIE GASTELUM 330 N BRAND BLVD, GLENDALE, CA JOHN MONTIJO 330 N BRAND BLVD, GLENDALE, CA DIANA RUIZ 330 N BRAND BLVD, GLENDALE, CA SARAI MARIN 330 N BRAND BLVD, GLENDALE, CA EMANUEL JACOBO 330 N BRAND BLVD, Initial Filing Date Status Standing - SOS Standing - FTB Standing - Agent Standing - VCFCF Formed In Entity Type Principal Address Mailing Address Statement of Info Due Date Agent CA Registered Corporate (1505) Agent Authorized Employee(s) HomeHome SearchSearch FormsForms HelpHelp Skip to main content Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 166 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Advanced Search Disclaimer:Search results are limited to the 500 entities closest matching the entered search criteria. If your desired search result is not found within the 500 entities provided, please re ne the search criteria using the Advanced search function for additional results/entities. The California Business Search is updated as documents are approved. The data provided is not a complete or certi ed record. Although every attempt has been made to ensure that the information contained in the database is accurate, the Secretary of State's o ce is not responsible for any loss, consequence, or damage resulting directly or indirectly from reliance on the accuracy, reliability, or timeliness of the information that is provided. All such information is provided "as is." To order certi ed copies or certi cates of status, (1) locate an entity using the search; (2)select Request Certi cate in the right-hand detail drawer; and (3) complete your request online. contains ?keyword? search. The Advanced search allows for a ? starts with? lter. To search entities that have a status other than active or to re ne search criteria, use the Advanced search feature. An Advanced search is required when searching for publicly traded disclosure information or a status other than active. An Advanced search allows for searching by speci c entity types (e.g., Nonpro t Mutual Bene t Corporation) or by entity groups (e.g., All Corporations) as well as searching by ?begins with? speci c search criteria. Results: 1 202113410513 Advanced© 2024 CA Secretary of State California Secretary of State Business UCC SCA OF CA, LLC (202113410513) Request Certi cate 05/07/2021 Active Good Good Good Good DELAWARE Limited Liability Company - Out of State 4141 ROCKSIDE ROAD,SUITE 100 SEVEN HILLS, OH 44131 4141 ROCKSIDE ROAD, SUITE 100 SEVEN HILLS,OH44131 05/31/2025 1505 Corporation C T CORPORATION SYSTEM AMANDA GARCIA 330 N BRAND BLVD, GLENDALE, CA GABRIELA SANCHEZ 330 N BRAND BLVD, GLENDALE, CA DAISY MONTENEGRO 330 N BRAND BLVD,GLENDALE, CA BEATRICE CASAREZ- BARRIENTEZ 330 N BRAND BLVD,GLENDALE, CA JESSIE GASTELUM 330 N BRAND BLVD, GLENDALE, CA JOHN MONTIJO 330 N BRAND BLVD, GLENDALE, CA DIANA RUIZ 330 N BRAND BLVD, GLENDALE, CA SARAI MARIN 330 N BRAND BLVD, GLENDALE, CA EMANUEL JACOBO 330 N BRAND BLVD, Initial Filing Date Status Standing - SOS Standing - FTB Standing - Agent Standing - VCFCF Formed In Entity Type Principal Address Mailing Address Statement of Info Due Date Agent CA Registered Corporate (1505) Agent Authorized Employee(s) HomeHome SearchSearch FormsForms HelpHelp Skip to main content Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 167 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Entity Information Initial Filing Date Status Entity Type Formed In Agent © 2024 CA Secretary of State California Secretary of State Business UCC SCA OF CA, LLC (202113410513)05/07/2021 Active Limited Liability Company - Out of State DELAWARE C T CORPORATION SYSTEM SCA OF CA, LLC (202113410513) Request Certi cate 05/07/2021 Active Good Good Good Good DELAWARE Limited Liability Company - Out of State 4141 ROCKSIDE ROAD,SUITE 100 SEVEN HILLS, OH 44131 4141 ROCKSIDE ROAD, SUITE 100 SEVEN HILLS,OH44131 05/31/2025 1505 Corporation C T CORPORATION SYSTEM AMANDA GARCIA 330 N BRAND BLVD, GLENDALE, CA GABRIELA SANCHEZ 330 N BRAND BLVD, GLENDALE, CA DAISY MONTENEGRO 330 N BRAND BLVD,GLENDALE, CA BEATRICE CASAREZ- BARRIENTEZ 330 N BRAND BLVD,GLENDALE, CA JESSIE GASTELUM 330 N BRAND BLVD, GLENDALE, CA JOHN MONTIJO 330 N BRAND BLVD, GLENDALE, CA DIANA RUIZ 330 N BRAND BLVD, GLENDALE, CA SARAI MARIN 330 N BRAND BLVD, GLENDALE, CA EMANUEL JACOBO 330 N BRAND BLVD, Initial Filing Date Status Standing - SOS Standing - FTB Standing - Agent Standing - VCFCF Formed In Entity Type Principal Address Mailing Address Statement of Info Due Date Agent CA Registered Corporate (1505) Agent Authorized Employee(s) HomeHome SearchSearch FormsForms HelpHelp Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 168 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Data current as of 5/2/2024 9:01:52 AM Home | Online Services | License Details Contractor's License Detail for License # 1107868 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information SCA OF CA LLC 4141 ROCKSIDE ROAD SUITE 100 CLEVELAND, OH 44131 Business Phone Number:(216) 777-2755 Entity Ltd Liability Issue Date 07/31/2023 Expire Date 07/31/2025 License Status License is under suspension for the following reasons: Classifications B - GENERAL BUILDING Bonding Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY. Bond Number: 66699182 Bond Amount: $25,000 E ective Date: 06/20/2023 LLC EMPLOYEE/WORKER BOND This license filed a LLC Employee/Worker Bond with WESTERN SURETY COMPANY. Bond Number: 66699152 Bond Amount: $100,000 E ective Date: 06/20/2023 Workers' Compensation This license has workers compensation insurance with the SAFETY NATIONAL CASUALTY CORPORATION Policy Number:LDS4068227 E ective Date: 06/01/2023 Expire Date: 06/01/2024 CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions. Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there may be relevant information that has not yet been entered into the board's license database. License is under suspension for Lack of Qualifier. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 169 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Copyright © 2024 State of California Liability Insurance Information This license has liability insurance with SAFETY NATIONAL CASUALTY CORPORATION Policy Number: GL6676535 Amount: $2,000,000 E ective Date: 06/01/2023 Expiration Date: 06/01/2024 Back to Top Conditions of Use Privacy Policy Accessibility Accessibility Certification Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 170 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Search Reset Public Works & Prevailing Wage Contractor Registration Search Enter at least one criteria to display registered Public Works & Prevailing Wage contractor(s) matching your selections. Note: Search results will display all of the Public Works & Prevailing Wage Contractor Registrations, both current and expired. Make sure a proper registration fiscal year is selected when performing a search. Input Label 1107868 From Date: (mm/dd/yyyy) mm/dd/yyyy To Date:(mm/dd/yyyy) mm/dd/yyyy County City Crafts (Select all that apply) Asbestos Boilermaker-Blacksmith Bricklayer/Brick Tender Carpenter Carpet, Linoleum, Resilient Tile Layer Cement Mason Consultant Driver (On/Off Hauling) Drywall Installer/Lather/Finisher Electrical Utility Electrician Elevator Constructor Field Surveyor General Building General Engineering Glazier Inspector/Field Soils, Material Tester Iron Worker Laborer Landscape Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 171 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Apply Marble Mason/Finisher Operating Engineer Painter Parking/Highway/Improvement Plasterer/Tender Plumber Roofing Sheet Metal Worker Stator Rewinder Teamster Terrazzo Worker/Finisher Tile Setter/Finisher Water Well Driller Search Results: 1 found Showing Page 1 of 1 Registrations Print PDF Export SCa of CA, LLC Add to My ListView Details Detail:Registration History DBA Previous Next Add all to my list My List (0) Registration Number: PW-LR-1000880302 Status:Active CSLB Number:1107868 Legal Entity Type:LLC Mailing Address:4141 Rockside Road, Suite 100 Seven Hills OH 44131 County:Los Angeles Craft:Operating Engineer;Parking/Highway/Impr… Email:compliance@sweepingcorp.com Effective Date Expiration Date 3/31/2022 6/30/2024 Name Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 172 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Co m p a n y P r o f i l e Re s e t Co m p a n y P r o f i l e Se a r c h Co m p a n y C o m p l a i n t s Co m p a n y P e r f o r m a n c e & C o m p a r i s o n D a t a En f o r c e m e n t A c t i o n s Co n s u m e r C o m p l a i n t St u d y Wo r k e r s ' C o m p e n s a t i o n Wo r k e r s ' C o m p e n s a t i o n Co m p l a i n t & R e q u e s t s fo r A c t i o n / A p p e a l s Co n t a c t I n f o r m a t i o n Ad d i t i o n a l I n f o r m a t i o n Vi e w Fi n a n c i a l D i s c l a i m e r Co m p a n y P r o f i l e S e a r c h Li n e s o f I n s u r a n c e S e a r c h Ot h e r I n s u r a n c e E n t i t i e s Co m p a n y P r o f i l e LE X O N I N S U R A N C E C O M P A N Y 70 1 B r a z o s S t S t e 1 5 0 0 , A u s t i n , T X 7 8 7 0 1 - 3 2 9 3 80 0 - 4 4 4 - 6 8 7 0 Sh o w A l l Na m e H i s t o r y Ag e n t f o r S e r v i c e Re f e r e n c e I n f o r m a t i o n Li n e s o f B u s i n e s s Fi n a n c i a l S t a t e m e n t s Na m e H i s t o r y Le g a l N a m e Na m e S t a t u s Ef f e c t i v e D a t e LE X O N I N S U R A N C E C O M P A N Y Cu r r e n t Ag e n t f o r S e r v i c e Fu l l N a m e At t n O r C / O Fu l l A d d r e s s Co n t a c t Ph o n e Ef f e c t i v e F r o m Da t e Me l i s s a De K o v e n Co r p o r a t i o n S e r v i c e Co m p a n y 27 1 0 G a t e w a y O a k s D r i v e , S u i t e 1 5 0 N , S a c r a m e n t o , C A 9 5 8 3 3 - 35 0 5 88 8 - 6 9 0 - 2 8 8 2 03 / 1 5 / 2 0 1 9 Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 173 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Re f e r e n c e I n f o r m a t i o n Co m p a n y I D ( E I D ) CA # NA I C NA I C G r o u p NA I C G r o u p N a m e Id e n t i f i c a t i o n 10 6 6 1 8 51 1 3 - 6 13 3 0 7 32 1 9 So m p o G r p Ca t e g o r y Ca t e g o r y T y p e St a t u s Li c e n s e C a t e g o r y Cl a s s i f i c a t i o n In s u r e r Pr o p e r t y & Ca s u a l t y Un l i m i t e d - No r m a l Ad m i t t e d St a t e N a m e Or i g i n Co u n t r y Fo r m Lo c a t i o n Te x a s Fo r e i g n -St o c k Li n e s o f B u s i n e s s Th e c o m p a n y i s a u t h o r i z e d t o t r a n s a c t b u s i n e s s w i t h i n t h e s e l i n e s o f i n s u r a n c e . F o r a n e x p l a n a t i o n o f a n y o f t h e s e t e r m s , p l e a s e r e f e r t o t h e gl o s s a r y . Li n e s o f B u s i n e s s Su r e t y Fi n a n c i a l S t a t e m e n t s Ca l i f o r n i a D e p a r t m e n t o f I n s u r a n c e D i s c l a i m e r Th e A n n u a l a n d Q u a r t e r l y F i n a n c i a l S t a t e m e n t s a r e s u b m i t t e d t o t h e C a l i f o r n i a D e p a r t m e n t o f I n s u r a n c e ( " C D I " ) p u r s u a n t t o C a l i f o r n i a I n s u r a n c e C o d e Se c t i o n s 9 0 0 a n d 9 3 1 a n d C a l i f o r n i a C o d e o f R e g u l a t i o n s S e c t i o n 2 3 0 8 . 1 . T h e i n f o r m a t i o n i s f u r n i s h e d t o t h e C D I b y C a l i f o r n i a a d m i t t e d i n s u r e r s a n d i s pr o v i d e d t o t h e p u b l i c " A S I S " p u r s u a n t t o C a l i f o r n i a I n s u r a n c e C o d e S e c t i o n 1 2 9 2 1 . 2 . Th e C D I d o e s n o t g u a r a n t e e t h e t r u t h , a c c u r a c y , a d e q u a c y o r c o m p l e t e n e s s o f t h e d a t a c o n t a i n e d i n t h e i n s u r e r s ' A n n u a l a n d Q u a r t e r l y F i n a n c i a l St a t e m e n t s a n d e x p r e s s l y d i s c l a i m s a n y l i a b i l i t y f o r a n y e r r o r s , o m i s s i o n s , o r t h e r e s u l t o b t a i n e d f r o m t h e u s e o f s u c h d a t a . Ye a r Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 174 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Pr i v a c y P o l i c y AD A C o m p l i a n c e Si t e M a p Em p l o y m e n t O p p o r t u n i t i e s In t e r n s h i p s Fr e e D o c u m e n t R e a d e r s Sc h e d u l e d S i t e M a i n t e n a n c e Co p y r i g h t © C a l i f o r n i a D e p a r t m e n t o f I n s u r a n c e In d i v i d u a l s w h o a r e u n a b l e t o a c c e s s t h e A n n u a l a n d Q u a r t e r l y F i n a n c i a l S ta t e m e n t s m a y c o n t a c t t h e C D I a t Cu s t o d i a n o f R e c o r d s @ i n s u r a n c e . c a . g o v f o r ad d i t i o n a l i n f o r m a t i o n . Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 175 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 CITY OF EL CAJON Invitation to Bid for Street Sweeping Services for the Cities of El Cajon, Del Mar, and Solana Beach BID NUMBER: 006-25 Response Submitted by: SCA of CA, LLC Bids Due: Monday, May 1, 2024, 2:00 p.m. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 176 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Cover Letter April 22, 2024 City of El Cajon Bid Number ITB 006-25 Purchasing Division 200 Civic Center Way El Cajon, CA 92020 Dear Purchasing Division Team, and City of El Cajon Administrators, SCA of CA, LLC (“SCA”), is pleased to respond to the joint proposal solicitation, Invitation to Bid (ITB), for Street Sweeping Services for the Cities of El Cajon, Del Mar, and Solana Beach. Our team has had the privilege to serve as the professional street sweeping service supplier to the Cities of El Cajon, Del Mar, and Solana Beach for several years. We are excited about the future, and we look forward to the opportunity to continue to build upon our partnership with your Cities. Our San Marcos team is part of your community, and our team members are your neighbors and friends. Our team has been serving Southern California for many years. The SCA team possesses an in-depth knowledge of each City. We have the team in place to work with your Public Works teams to meet and exceed your requirement to maintain a continuous level of cleanliness of City streets and parking lots, to assure protection of the environment in addition to preserving the health, safety, and welfare of each community. We offer the most experienced team of sweeper operators and an expert support team to ensure we utilize the most efficient routes, and quickly respond to any emergency needs. Our thorough understanding of the street sweeping needs of each City and municipality sets us apart from other providers. SCA is a local company that puts money back into our communities. We will apply our in-depth knowledge of the Cities of El Cajon, Del Mar, and Solana Beach to set a higher standard for street sweeping services and to drive continuous improvement in our operations. You can rest easy knowing that we operate in full compliance with all local, state, and federal regulations. Should you have any questions, please contact me at 704.807.8020. Respectfully, Brad Becker | Regional Vice President | 704.807.8020 | bbecker@sweepingcorp.com Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 177 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 61 CHECK LIST THE FOLLOWING DOCUMENTS MUST BE SUBMITTED TO COMPRISE A COMPLETE BID Any Addendum to the bid that is issued prior to the bid opening Noncollusion Declaration Bidder’s Bond (may use bonding company form in lieu of City form; Attorney-in- Fact signature for Surety must be notarized; Power of Attorney for Attorney-in- Fact must be included) **NOTE: Original Bid Bond shall be submitted in a sealed envelope indicating the Bid Number and Name of Bid before the due date and time as provided in the Information for Bidders. Designation of Worker Classifications Designation of Subcontractors (must include subcontractor(s) license number, DIR contractor registration number) Bidders Statement Regarding Insurance Coverage Experience Statement Public Agency Clause Option to Renew _____ CARB – Off-Road Diesel Regulation Amendments ______Acceptance of City of Del Mar Standard Agreement Bidder’s Organizational Information THE FOLLOWING DOCUMENTS ARE FOR INFORMATION ONLY, AND WILL ONLY BE COMPLETED BY THE AWARDED BIDDER Sample of Performance Bond (Principal and Attorney-In-Fact Signatures Must Be Notarized) Sample of Labor and Material Bond (Principal and Attorney-In-Fact Signatures Must Be Notarized) Sample of Certification by Contractor FOR CITY USE ONLY Federal Funding ______YES ___X__ NO If Yes: Check for Non-Debarred Status (website: https//www.sam.gov) Attach a copy of SAM print out. Contractor’s license meets requirements of Item 6.10 of the General Conditions ____Yes____No 4 4 4 4 4 4 4 4 4 4 4 4 Please note that the original bid bond was delivered to the City of Ej Cajon on 4/19/2024* * Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12CDocusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 179 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 PR O J E C T : Bi d N o . : RF I N o . Re c e i v e d 1 03 / 2 7 / 2 4 Wh o i s t h e c u r r e n t c o m p a n y p r o v i d i n g t h e s e r v i c e a n d h o w m u c h i s t h e mo n t h l y p r i c e ? Sw e e p i n g C o r p o r a t i o n o f A m e r i c a C u r r e n t l y p r o v i d e s s t r e e t sw e e p i n g s e r v i c e s f o r t h e C i t i e s o f E l C a j o n , D e l M a r a n d S o l a n a Be a c h . S c o p e o f s e r v i c e s a n d c o n t r a c t p r i c i n g v a r i e s b e t w e e n Ci t i e s , a n d r a n g e s f r o m t h e f o l l o w i n g r a t e s : $ 4 3 . 2 6 t o $ 9 6 . 6 5 p e r cu r b m i l e f o r r e g u l a r s t r e e t s w e e p i n g , $ 0 . 0 0 0 6 9 t o $ 0 . 0 0 7 6 p e r sq u a r e f o o t f o r p a r k i n g l o t s a n d $ 1 9 6 . 0 0 t p $ 2 5 7 . 8 8 p e r h o u r f o r em e r g e n c y s w e e p i n g s e r v i c e s . RE Q U E S T F O R I N F O R M A T I O N Re q u e s t 00 6 - 2 5 An s w e r ST R E E T S W E E P I N G S E R V I C E S F O R T H E C I T I E S O F E L C A J O N , DE L M A R , & S O L A N A B E A C H 00 6 - 2 5 Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 180 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 SCA of CA, LLC Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 181 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 182 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 183 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 184 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 185 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 186 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 65 DESIGNATION OF WORKER CLASSIFICATIONS ***to be submitted by ALL BIDDERS*** In compliance with the provisions of California Labor Code Section 1773.3, the City shall notify the Department of Labor Relations Division of Apprenticeship Standards of any contract awarded under section 1777.5. Bidder shall provide the following information for California Labor Code Section 1777.5 contract work. List name(s) of general contractor and sub-contractor next to all applicable classifications: CLASSIFICATIONS □Asbestos _______________________________________________________________________ □Boiler Maker _______________________________________________________________________ □Bricklayers _______________________________________________________________________ □Carpenters _______________________________________________________________________ □Carpet/Linoleum _______________________________________________________________________ □Cement Masons _______________________________________________________________________ □Drywall Finisher _______________________________________________________________________ □Drywall/Lathers _______________________________________________________________________ □Electricians _______________________________________________________________________ □Elevator Mechanic ______________________________________________________________________ □Glaziers _______________________________________________________________________ □Iron Workers _______________________________________________________________________ □Laborers _______________________________________________________________________ □Millwrights _______________________________________________________________________ □Operating Eng _______________________________________________________________________ □Painters _______________________________________________________________________ □Pile Drivers _______________________________________________________________________ □Pipe Trades _______________________________________________________________________ □Plasterers _______________________________________________________________________ □Roofers _______________________________________________________________________ □Sheet Metal _______________________________________________________________________ 4 SCA of CA, LLC Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12CDocusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 66 DESIGNATION OF WORKER CLASSIFICATIONS (cont’d) □Sound/Comm _______________________________________________________________________ □Surveyors _______________________________________________________________________ □Teamster _______________________________________________________________________ □Tile Workers _______________________________________________________________________ Printed Name of General Contractor: SCA of CA, LLC Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 188 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 BID NO. 006-25 Page 67 DESIGNATION OF SUBCONTRACTORS ***to be submitted by ALL BIDDERS*** **Bidder must identify specialty item if applicable. The description of the specialty item must match that of the Specialty Items as listed in the Special Conditions. In compliance with the Subletting and Subcontracting Fair Practices Act (commencing at section 4100), part 1, division 2 of the Public Contract Code of the State of California) (“Chapter 4”) and any amendments thereof, each bidder shall set forth below: (a) The name, the location of the place of business, and the California contractor license number of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of the bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater and (b) The portion of the work that will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion as is defined by the prime contractor in his or her bid. If a prime contractor fails to specify a subcontractor or if a prime contractor specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent of the prime contractor's total bid, bidder shall be deemed to have agreed that bidder is fully qualified to perform that portion himself, and that bidder shall perform that portion himself. No prime contractor whose bid is accepted shall (a) substitute any subcontractor, (b) permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid, or (c) sublet or subcontract any portion of the work in excess of one-half of one percent of the prime contractor's total bid as to which his original bid did not designate a subcontractor, except as authorized in the Subletting and Subcontracting Fair Practices Act. Subletting or subcontracting of any portion of the work in excess on one-half of one percent of the prime contractor's total bid as to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the authority awarding this contract setting forth the facts constituting the emergency or necessity. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 4, unless currently registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by section 7029.1 of the Business and Professions Code or by sections 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform the public work pursuant to section 1725.5 of the Labor Code at the time the contract is awarded. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 189 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 190 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 191 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 4/16/2024 HUB International Midwest Limited1411 Opus Place, Suite 450Downers Grove IL 60515 630-468-5600 CSUConstruction@hubinternational.com Axis Surplus Insurance Company 26620 SWEECOR-01 Navigators Specialty Insurance Company 36056SCA of CA, LLC4141 Rockside Road, Suite 100Seven Hills OH 44131 Safety National Casualty Corporation 15105 Federal Insurance Company 20281 1654530709 C X 2,000,000 X 1,000,000 X Contractual Liab 5,000 X XCU Cov Incl 1,000,000 4,000,000 X Y GL6676535 6/1/2023 6/1/2024 4,000,000 C 2,000,000 X X X CA6676536 6/1/2023 6/1/2024 A X 5,000,000 X P-001-000882635 6/1/2023 6/1/2024 5,000,000 X 0 C X N Y LDS4068227 (CA)6/1/2023 6/1/2024 1,000,000 1,000,000 1,000,000 CBD Stop Gap Liability - OHPollution LiabilityCrime GL6676535CH23ECPZ01ECGIC8400-2199 6/1/20236/1/20236/1/2023 6/1/20246/1/20246/1/2024 Limit:Each Incident/Ded:Limit: $1,000,000$1,000,000$1,000,000 Re: Street Sweeping Services for the City of El Cajon City of El Cajon, its elected and appointed officials, officers, employees and volunteers are included as additional insureds under General Liability, when agreedin a written contract, subject to policy terms, conditions and exclusions. A waiver of subrogation applies under Worker’s Compensation in favor of the additionalinsureds listed, when agreed in a written contract, subject to policy terms, conditions and exclusions. 30 Day Notice of Cancellation applies in accordance topolicy terms and conditions. City of El CajonAttn: Purchasing Division200 Civic Center WayEl Cajon CA 92020 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 192 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/2023 Policy No. GL 6676535 Endorsement No. Named Insured: SWEEP AMERICA HOLDINGS, LLC Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By ________________________________ (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNGL 047 0514 Safety National Casualty Corporation Page 1 of 1 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 193 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page1of 2 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations City of El Cajon, its elected and appointed officials, officers, employees and volunteersc/o City of El CajonAttn: City of Clerk's Office200 Civic Center Way El Cajon, CA 92020 Any location where you are required by a written contract to add a person or organization as an additional insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury , property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 194 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 195 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of El Cajon, its elected and appointed officials, officers, employees and volunteers c/o City of El CajonAttn: City of Clerk's Office200 Civic Center Way, El Cajon, CA 92020 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard . However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Any location where you are required by a written contract to add a person or organization as an additional insured Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 196 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, CA, DE, GA, IL, IN, KY, LA, MD, MI, MS, MO, PA, SC, VA, WV This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/2023 Policy No. LDS4068227 Endorsement No. Insured SWEEP AMERICA HOLDINGS, LLC Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By ________________________________ WC 99 99 35 (07 12) Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 99 35 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES ENDORSEMENT As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 197 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, AZ, CA, DE, FL, GA, IL, IN, LA, MD, MI, MS, MO, NC, NJ, PA, SC, TN, TX, VA, WV This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/2023 Policy No. LDS4068227 Endorsement No. Insured Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By ________________________________ WC 00 03 13 (04 84) © 1983 National Council on Compensation Insurance. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE WHERE A WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS IS REQUIRED BY WRITTEN CONTRACT, SUCH ADDITIONAL ENTITIES SHALL BE CONSIDERED AUTOMATICALLY SCHEDULED BY THE COMPANY. INDIVIDUALLY SCHEDULED WAIVERS SHALL NOT BE CONSTRUED TO OVERRIDE NOR NEGATE THIS BLANKET WAIVER. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 198 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 199 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 200 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 4 4 4 4 3 3 3 3 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12CDocusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 202 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Affirmation of Fleetwide Compliance Certification ID: 28703 This certificate affirms that Sweeping Corporation of America 285 Pawnee Street Suite A San Marcos, CA 92078 has attested in the Clean Truck Check electronic reporting system to report a complete list of vehicles subject to Heavy-Duty Inspection and Maintenance (HD I/M) Regulation and the California Air Resources Board (CARB) hereby verifies that as of 2/28/2024, all of the attested vehicles are compliant with the Clean Truck Check. * A complete list of the attested vehicles is listed in the following page(s). *This Affirmation of Fleet Wide Compliance shall be used for the fleet's purposes of proving their fleet compliance status with their freight contractors and brokers. This Affirmation of Fleet Wide Compliance shall not constitute proof of a vehicle compliance with the Clean Truck Check beyond the issued date. Page 1 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 203 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 204 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 205 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 206 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 207 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 208 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 From:Adriane Leavitt To:Mara Anna Romano; Richard Anderson; Tyler Haskell; Brad Becker Cc:Aaron Jones; David Richards; Morgan Foley; Holly Savage; Katy Trent Beyerle Subject:RE: City of El Cajon Bid #006-25 Document/Information Request Date:Tuesday, May 14, 2024 10:51:23 AM Attachments:image002.pngimage005.png CAUTION: [EXTERNAL EMAIL] Do not click any links or open any attachments unless you trust the sender andknow the content is safe. Hi Mara, Thank you for your email. I have checked with our Fleet leadership team. They have indicated that we do not maintain off-road diesel fleet certification since all of our equipment is ‘on-road’. Additionally, per the attached information from the CARB site, two engine sweepers are exempt from this requirement/certification. Thank you, Adriane Leavitt Contracts and Proposal ManagerSweeping Corp. of America 216-393-0656aleavitt@sweepingcorp.com www.sweepingcorp.com From: Mara Anna Romano <MRomano@elcajon.gov> Sent: Tuesday, May 14, 2024 1:26 PM To: Adriane Leavitt <ALEAVITT@sweepingcorp.com>; Richard Anderson <randerson@sweepingcorp.com> Cc: Aaron Jones <ajones@elcajon.gov>; David Richards <DRichards@elcajon.gov>; Morgan Foley <MFoley@elcajon.gov>; Holly Savage <HSavage@elcajon.gov>; Katy Trent Beyerle <kbeyerle@sweepingcorp.com> Subject: RE: City of El Cajon Bid #006-25 Document/Information Request ***This message was received from outside your organization. Please be cautious of its contents, including links andattachments.*** Good morning Adriane, Thank you for the information, however, the request was for the CARB Certificate of Reported Compliancefor Off-Road Diesel Vehicle Regulation with the Off-Road Diesel Fleet Identification number (not the CARBAdvance Clean Fleets Regulation with TRUCRS Fleet Identification number). Please provide this certificateby end of business today. Regards, Mara Romano, CPPB City of El Cajon Purchasing Agent From: Adriane Leavitt <ALEAVITT@sweepingcorp.com> Sent: Monday, May 13, 2024 10:47 AM To: Mara Anna Romano <MRomano@elcajon.gov>; Richard Anderson <randerson@sweepingcorp.com> Cc: Aaron Jones <ajones@elcajon.gov>; David Richards <DRichards@elcajon.gov>; Morgan Foley <MFoley@elcajon.gov>; Holly Savage <HSavage@elcajon.gov>; Katy Trent Beyerle <kbeyerle@sweepingcorp.com> Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 209 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Subject: RE: City of El Cajon Bid #006-25 Document/Information Request CAUTION: [EXTERNAL EMAIL] Do not click any links or open any attachments unless you trust the sender andknow the content is safe. Good afternoon Mara, Thank you for your inquiry regarding our response. We appreciate the opportunity to provide clarification/additional information. Please feel free to reach out to us (Rick Anderson – 310-740-1601), copied here or myself should you require further clarification. Thank you. 1. Please refer to the attached Certificate of Compliance with the California Air Resources Board for SCA of CA, LLC. 2. Also, you required clarification regarding the reference in our response in the ‘Designation of Worker Classification’. We have checked the line item ‘Operating Engineer’ as the related job classification to our sweeper driver. We list ‘SCA of CA, LLC’ and the ‘contractor’ since we will be the primary supplier and we will not be using any subcontractors. Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 210 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Adriane Leavitt Contracts and Proposal ManagerSweeping Corp. of America 216-393-0656 aleavitt@sweepingcorp.comwww.sweepingcorp.com From: Mara Anna Romano <MRomano@elcajon.gov> Sent: Thursday, May 9, 2024 6:46 PM Cc: Aaron Jones <ajones@elcajon.gov>; David Richards <DRichards@elcajon.gov>; Morgan Foley <MFoley@elcajon.gov>; Holly Savage <HSavage@elcajon.gov> Subject: City of El Cajon Bid #006-25 Document/Information Request Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 211 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 ***This message was received from outside your organization. Please be cautious of its contents, including links andattachments.*** Good Afternoon, Please provide a response before the due date and time provided. Regards, Mara Romano, CPPB, Purchasing Agent City of El Cajon | 200 Civic Center Way, El Cajon, CA 92020(619) 441-1787 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 212 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Do c u s i g n E n v e l o p e I D : 8 4 4 0 3 5 B B - 6 7 F 7 - 4 9 A 3 - B F 2 0 - 7 9 8 1 B 5 5 9 E 1 2 C June 17, 2025 Item #7 Page 213 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C June 17, 2025 Item #7 Page 214 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33 MSA25-3855TRAN City Attorney Approved Version 5/22/2024 Page 53 EXHIBIT “C” DIR CONTRACTOR REGISTRATION CERTIFICATION NAME OF PROJECT: NAME OF CONTRACTOR: Pursuant to Labor Code Sections 1725.5 and 1771.1, the Contractors and any Subcontractors for this Project must be registered with the Department of Industrial Relations. See Public Works (ca.gov) for additional information. Contractor certifies that it is aware of the registration requirements set forth in Labor Code Sections 1725.5 and 1771.1 and is currently registered as a Contractor with the Department of Industrial Relations. Name of Contractor: DIR Registration Number: DIR Registration Expiration: Contractor further certifies: 1. Contractor shall maintain a current DIR registration for the duration of the Project. 2. Contractor will include the requirements of Labor Code Sections 1725.5 and 1771.1 in any contractor with subcontractors and ensure that all subcontractors are registered at the time of contract award and will maintain registration status for the duration of the Project. Signature: Date: Name: Title: Docusign Envelope ID: 844035BB-67F7-49A3-BF20-7981B559E12C PW-LR-1000880302 City of Carlsbad Street Sweeping, Bid number: 006-25 5/30/2025 06/30/2026 Jonathan Sisler CEO SCA of CA, LLC June 17, 2025 Item #7 Page 215 of 216 Docusign Envelope ID: 89BA7930-95DF-4DD7-BC55-935BE60D1E33