Loading...
HomeMy WebLinkAbout2011-09-13; City Council; 20682; CONTRACT STREET SWEEPING SERVICESCITY OF CARLSBAD - AGENDA BILL 8 AB# 20,682 MTG. 9/13/11 DEPT. UTIL AWARD OF CONTRACT FOR STREET SWEEPING SERVICES, BID NO. 11-03 r — :w- DEPT. HEAD CITY ATTY. CITY MGR. RK It/ RECOMMENDED ACTION: 2011-222Adopt Resolution No. '_ to accept the bid and award the contract to CleanStreet, Inc. for street sweeping services, Bid No.11-03, for an amount not to exceed $297,996 in the initial agreement year; and authorize the City Manager to increase the compensation by $25,000 in each agreement year, and authorize the Utilities Director, or his designated representative, to increase the actual curb miles swept, parking lot square footage swept, or service frequencies up to the limits granted to the City Manager during the course of each agreement year. ITEM EXPLANATION: The City of Carlsbad provides street sweeping services for all City-owned and maintained streets, parking lots, Seawall walkway and the Coastal Rail Trail. This service has been provided traditionally by an outside service contractor. Utilizing a service contractor allows the City to provide these services without the need to purchase and maintain expensive specialty street sweeping equipment and to allow allocation of staff resources for core maintenance functions. The City has established specific street sweeping intervals to remain in compliance with Municipal Storm Water Permit Order No. R9-2001-0001, NPDES No. CAS0108758 initiated by the San Diego Regional Water Quality Control Board. These minimum requirements are detailed in the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP). This street sweeping services agreement meets the minimum criteria established in the JURMP. This agreement also includes the street sweeping of all city-owned parking lots, the Coastal Rail Trail and Seawall walkway. The current monthly estimate includes sweeping over 1,650 curb miles of roadway, 2,000,000 square feet of parking lots, and weekly Seawall and Coastal Rail Trail sweeping. Additional hourly services for emergency and special sweeps are included for unforeseen needs above and beyond the scheduled sweeping. Staff is also recommending the Council authorize the Utilities Director, or his designated representative, to increase the actual curb miles swept, parking lot footage swept, or increase the frequencies to the limits granted to the City Manager during the course of each agreement year to allow day-to-day management of street sweeping operations. On an annual basis, a formal amendment will be prepared for the City Manager's approval indicating the actual work to be performed and the maximum compensation for the next agreement year. DEPARTMENT CONTACT: Clayton Dobbs, 760-438-2722, Clayton.Dobbs@carlsbadca.gov FOR CITY CLERKS USE ONL Y , BOARD ACTION: APPROVED >q DENIED D\ CONTINUED D WITHDRAWN D AMENDED D CONTINUED TO DATE SPECIFIC D CONTINUED TO DATE UNKNOWN D RETURNED TO STAFF D OTHER - SEE MINUTES D Page 2 In June 2011, the Finance Department invited bids for this service agreement. A mandatory pre-bid meeting was held on June 28, 2011. Three contractors attended from the Southern California area and two bids were received, opened, witnessed and recorded on July 6, 2011. The bids ranged in amounts from $297,996 to $380,420. The bids were reviewed by the Utilities Department and were as follows: 1. Cannon Pacific Services, LLC $380,420 2. CleanStreet, Inc. $ 297,996 In accordance with Municipal Code, a best value evaluation was completed using the following criteria: 1. Cost of service 2. Ability to perform service 3. Previous performance and references 4. Consistency with the current equipment standards 5. Unspecified value added offerings FISCAL IMPACT: The contract is funded from the solid waste enterprise fund. Previously, 15 percent of the funding was from the Street Maintenance Operating Budget-General Fund and 85 percent was budgeted in Utilities. This new service agreement is budgeted 100 percent in Utilities, with an annual transfer from the General Fund for the General Fund share. Sufficient appropriations are available in the Solid Waste/Storm Water Enterprise. This is a five-year street sweeping service agreement based on the selected contractor's low bid of $297,996, including the added value by paying for all refuse hauling. Utilities Department staff is recommending a contingency amount of $25,000, approximately 10 percent of the bid amount, be added in the first and subsequent years to account for additional street sweeping services, which may include special sweeps of existing infrastructure or the addition of new streets and parking lots to the City's inventory. The actual annual payments to the contractor will be based on the cost of services provided on a time and material basis for each year of the agreement. The agreement's annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the San Diego Consumer Price Index changes over the previous year using July 1 as the base month. The work completed will be verified by the Utilities Department Director or his designee prior to authorization of each payment. ENVIRONMENTAL IMPACT: Pursuant to Public Resources Code section 21065, this action does not constitute a "project" within the meaning of CEQA, in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. EXHIBITS: 2011-2221. Resolution No. to accept the bid and award the contract to CleanStreet, Inc. for street sweeping services, Bid No. 11-03, with an amount not to exceed $297,996 for an initial agreement year; authorize the City Manager to increase the compensation by $25,000 for each subsequent agreement year, and authorize the Utilities Director, or his designated representative, to increase the actual street sweeping services up to the limits granted by the City Manager during the course of each agreement year. 2. Contract for street sweeping services. Exhibit 1 RESOLUTION NO. 2°11'222 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY 3 OF CARLSBAD, CALIFORNIA, APPROVAL OF AWARD 4 OF CONTRACT FOR STREET SWEEPING SERVICES, BID NO.11-03 5 fi WHEREAS, the City of Carlsbad requires the services of a street sweeping contractor; 7 and o WHEREAS, proper bidding procedures have resulted in the City's receipt of a bid from a g qualified contractor, CleanStreet, Inc.; and 1Q WHEREAS, a best value evaluation consistent with Carlsbad Municipal Code Section 11 3.28.050 was performed by Utilities Department staff and has resulted in a recommendation that 12 the bid submitted by CleanStreet, Inc. at $297,996 is the best value for the City of Carlsbad; and 13 WHEREAS, a contingency amount of $25,000 is requested in the initial agreement year 14 and each subsequent agreement year to ensure that funds are available to provide additional 15 street sweeping services during the agreement year as infrastructure is completed and 16 accepted by the City or special sweeps beyond those detailed in the agreement are required; 17 and 18 WHEREAS, staff recommends awarding the contract for Bid No.11-03 street sweeping 19 services to CleanStreet, Inc. in an amount not to exceed $297,996 in the initial agreement year; 20 and 21 WHEREAS, the agreement's annual compensation terms may be adjusted by a mutually 22 agreeable amount based on and no greater than the San Diego Consumer Price Index changes 23 over the previous year using July 1 as the base month; and 24 WHEREAS, staff recommends the City Council authorizes the Utilities Director, or his 25 designated representative, to increase the actual curb miles swept, parking lot footage swept, or 26 increase service frequencies to the limits granted to the City Manager during the course of each 27 agreement year to allow for day-to-day management of street sweeping operations. A formal 28 contract amendment will be processed annually for the City Manager's approval; and 1 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 2 California, as follows that: 3 1. The above recitations are true and correct. 2. The bid of CleanStreet, Inc., 1937 W. 169th Street, Gardena, CA 90247 is the best 5 value for the City of Carlsbad. 6 3. The bid of CleanStreet, Inc. is hereby accepted. 7 4. An agreement be executed with CleanStreet, Inc. in an amount not to exceed 8 $297,996 in the initial agreement year for the services specified in the contract. 9 5. A contingency amount of $25,000 is authorized in the initial agreement year to provide additional street sweeping services as infrastructure is completed and accepted by the City or special sweeps beyond those detailed in the agreement are required, and the City Manager is authorized to approve an additional $25,000 I O contingency amount in each subsequent agreement year. 15 6. The agreement's annual compensation terms may be adjusted by a mutually 16 agreeable amount based on and no greater than the San Diego Consumer price 17 Index changes over the previous year using July 1 as the base month. 18 7. The Utilities Director, or his designated representative, is authorized to increase the 19 actual curb miles swept, parking lot footage swept, or increase service frequency to 20 the limits granted to the City Manager during the course of each agreement year to 21 allow for day-to-day management of street sweeping operations. ry\ 8. A formal contract amendment will be prepared annually for the City Manager's no approval. 24 9. That the Mayor of the City of Carlsbad is authorized and directed to execute an 25 agreement with CleanStreet, Inc., a copy of which is attached, for and on behalf of 26 the City of Carlsbad. 27 28 // 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 13th day of September 2011, by the following vote to wit: AYES: Council Members Hall, Kulchin, Blackburn, Douglas, Packard. NOES: None. ABSENT: None. MATT H&LL, Mayor ATTEST: WOOD, City Clerk ftr - -r" ' CITY OF CARLSBAD Memorandum August 5, 2011 To: Purchasing From: Clayton Dobbs, Storm Drain Supervisor Re: Justification for Selecting CleanStreet, Inc. Two bids were received in response to an RFP for street sweeping services. CleanStreet, Inc. presented the lowest bid and complied with San Diego Regional Water Quality Control Board Permit No. R9-2002-0001. Utilities Department 5950 El Camino Real I Carlsbad, CA 92008 760-438-2722 760-431-1601 fax www.carlsbadca.gov UTIL838 AGREEMENT FOR STREET SWEEPING SERVICES (CLEAN STREET, INC.) </-6c.THIS\GREEMENT is made and entered into as of the / V day of 2011, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and CLEAN STREET, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a street sweeping contractor that is experienced in street sweeping and parking lot sweeping. B. Contractor has the necessary experience in providing professional services and advice related to street sweeping. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 (the "Services") that are defined in the attached Exhibit "A" Part I and II and Exhibit "B" Clean Street Bid which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed two hundred ninety seven thousand nine hundred ninety six dollars ($297,996) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version 5/12/11 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be two hundred ninety seven thousand nine hundred ninety six dollars ($297,996). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibits "A" and "B". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A", If an increase in compensation for service in succeeding option years is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The requested increase will be evaluated by the City, and the City reserves the right to accept or reject the Contractor's requested compensation increase. This agreement's annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the San Diego Consumer Price Index changes over the previous year. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then- current agreement year and is subject to negotiation or rejection by the City. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version 5/12/11 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct 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. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. •t-C4? ff I I If box is checked, Professional Liability City's initials Contractor's initials Insurance requirement is waived. City Attorney Approved Version 5/12/11 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. 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. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. City Attorney Approved Version 5/12/11 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Clayton Dobbs Name Rick Anderson Title PW Supervisor Title Director of Business Development Storm Drain Department Maintenance Address 1937 W. 169th Street City of Carlsbad Gardena, CA 90247 Address Utilities, 5950 El Camino Real Phone No. 800-225-7316x108 Carlsbad, CA 92008 Phone No. 760-438-2722 x7108 E-mail clavton.dobbs@carlsbadca.gov 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. 16. 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 in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded City Attorney Approved Version 5/12/11 to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION 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 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. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event 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. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right City Attorney Approved Version 5/12/11 or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 5/12/11 ALL-PURPOSE ACKNOWLEDGMENT >OOCX2>OOOCX State of California County of QTVoS. On O DATE personally appeared , who proved to me on the basis of satisfactory evidence to be the personf*) 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/heWtheir 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. JUANITA JOIEAN MORAN COMMJ1893832 NOTARY PUBIIC-OIIFORHWLos ANGELES COUNTY ~MY COMM. Eg. JUNE 26,2014 f WITNESS my hand and official seal. 'S SIGNATURE PLACE NOTARY SEAL IN ABOVE SPACE ^^— OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. TITLE(S) CAPACITY CLAIMED BY SIGNER (PRINCIPAL) G INDIVIDUAL Q CORPORATE OFFICER Q PARTNER(S) Q ATTORNEY-IN-FACT Q TRUSTEE(S) Q GUARDIAN/CONSERVATOR n OTHER: DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)RIGHT THUMBPRINT OF SIGNER OTHER o CL (2 APA 01/2008 NOTARY BONDS, SUPPLIES AND FORMS AT HTTP://WWW. VALLEY-SIERRA.COM © 2005-2008 VALLEY-SIERRA INSURANCE CITY OF CARLSBAD BID 11-03 STREET SWEEPING SERVICES EXHIBIT "A" MANNER OF PERFORMING SERVICES PARTI GENERAL SPECIFICATIONS DEFINITIONS Whenever the following terms are used in this agreement, they shall have the following meaning: A. "BID ITEM" - Individual items of work in the CONTRACTOR'S proposal at an agreed price for the work. B. "CITY" - The CITY of Carlsbad. C. "CITY MANAGER" - The fully appointed CITY MANAGER of the CITY or his authorized representative. D. "CONTRACT ADMINISTRATOR" - The UTILTIES DIRECTOR'S designee for bidding, awarding and administering the CONTRACTOR'S work under this agreement. E. "CONTRACTOR" - The managing individual of the contracting entity or his authorized employees or representatives. F. "CURB MILE" - A curb mile equals 5,280 feet and is the measurement used to designate those miles predetermined by CITY to be swept by the street- sweeping CONTRACTOR. G. "DEBRIS" - All litter, rubbish, leaves, sand, dirt, garbage, and other foreign material removable from a paved street with a mechanical street sweeper. H. "DEFAULT" - Failure to meet or fulfill contractual or agreement obligations; Street Sweeping Services 08/11/2011 failure to perform; and/or not satisfying the conditions of notice sent by the contract administrator or assigned designee. I. "FULLY OPERATIONAL" - In a condition to undertake the function to adequately complete sweeping schedules. J. "PARKING LOTS" - Asphalt, concrete or other hard surfaced areas primarily for the parking of automobiles. K. "UTILITIES DIRECTOR" - The official designated as the UTILITIES Director of CITY, or any of his authorized representatives. L "PERIODIC INSPECTION" - Routinely scheduled or randomly noticed inspection or audit conducted by CITY. M. "QUALITY OF SWEEPING" - The street sweeper shall leave designated areas of sweeping free of all dirt, litter, debris, and visual dust. N. "RE-SWEEPS" - Those sweeps required of CONTRACTOR when previous sweeps have been deemed by CITY to be of poor quality, or when a street or sections of a street have been missed by CONTRACTOR during regularly scheduled street sweeping. Re-sweeps are completed at the expense of CONTRACTOR, and shall be completed within 24-hours of notice, weather permitting. 0. "SPECIAL SWEEPS" - Those required by CITY other than regularly scheduled street sweeping and involving unusual conditions such as traffic hazards, parades, etc. Billing for special sweeps is based on an hourly rate with travel time included, if appropriate and approved by the CONTRACT ADMINISTRATOR. P. "STREETS" - All dedicated public rights-of-way within the existing or future corporate limits of the CITY that are paved, whether curbed with or without gutters or uncurbed. Q. "STREET SWEEPING" - The removal by mechanical street sweepers of all debris from all portions of the street, including, but not limited to both sides of residential streets, adjacent to residential raised medians, street intersections, the areas adjacent to arterial street curbs and raised medians (such as left turn pockets), and the center striped areas of arterial streets. R. "SWEEPINGS" - All debris removed from streets by street sweeping vehicles. 1.00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY Street Sweeping Services 08/11/2011 1.01 The CONTRACTOR shall perform the work described herein in a thorough and professional manner so that the residents and businesses within the City are provided with courteous, reliable and high quality street sweeping services at all times. Sweeping speed shall not exceed eight (8) miles per hour. If at any time the City determines that sweeping speed has exceeded eight (8) miles per hour, the CONTRACT ADMINISTRATOR may require the CONTRACTOR to re-sweep any part of, or the entire sweeping route in question at no additional cost to the City. 1.02 The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, all labor, equipment, and materials necessary, unless specifically excluded herein, and shall sweep all paved, public streets and parking lots located within the present corporate limits of CITY. The sweeping process shall include removal and legal disposal of all accumulated debris (e.g., all solids and liquids collected in the street sweeper(s). The CONTRACTOR has the option to utilize (for emergency use only) CITY owned and maintained equipment for the purpose of providing Seawall Sweeping Services. 1.03 The CONTRACTOR shall furnish copies of valid commercial driver licenses for all operators assigned to CITY, whether permanently or temporarily assigned to CITY. 1.04 Assign to CITY, at all times, a minimum of four, fully operational street sweeping vehicles as outlined in this agreement unless written approval from the CONTRACT ADMINISTRATOR has been obtained. Furthermore, CONTRACTOR shall have a reserve operator in case the primary driver becomes ill or is incapacitated for any reason. A penalty of $100 will be assessed for each day a sweeping route is not completed due to equipment failure. Please see Section 17.00 for specialty sweeping equipment requirements for SEAWALL Sweeping Services. 1.05 The CONTRACTOR'S street sweeper shall leave designated areas that are accessible at the time of sweeping, free of all dirt, litter, DEBRIS, and visual dust within the control of a fully operational machine, which has been inspected and maintained as agreed, in accordance with the CITY'S standards of cleanliness. 1.06 Street sweeping shall be performed in accordance with accepted standards for municipal street cleaning to the satisfaction of the CONTRACT ADMINISTRATOR or his designee. When necessary for proper cleaning, CONTRACTOR shall make more than one pass on a street, without extra charge. Streets with raised medians (commercial and residential) shall have their curb-gutter perimeter swept, including turnouts. Street grade striped medians shall be swept in their entirety. All deposits within intersections shall Street Sweeping Services 08/11/2011 be removed as part of the sweeping operations. CONTRACTOR shall immediately respond when notified by CITY to re-sweep unsatisfactory areas at no additional charge. 1.07 In areas with offset angles, extruded curbs, parking blocks or any areas where street sweeping equipment has difficulty in maneuvering, the CONTRACTOR shall use whatever legal means necessary to maintain the cleanliness of these areas. These areas are subject to all the terms and conditions listed in this contract. 1.08 Broom type sweepers shall only be utilized on roads with a minimum posted speed limit of forty (40) MPH or on painted median centers. Vacuum type sweepers shall be utilized for all other roads, streets, alleys and parking lots. 1.09 The equipment operator shall maintain a log listing the locations of roadways that cannot be adequately swept because of obstructions such as low hanging limbs or vehicles parked on CITY streets for extended periods of time. The CONTRACTOR shall report these locations, by address, to CITY'S CONTRACT ADMINISTRATOR, or designee, within 48 hours. (Deductions may be made from the CONTRACTOR'S payments for areas not swept due to obstructions that were not reported to CITY within the time allowed.) 1.10 The CONTRACTOR shall, during the term of this CONTRACT, respond to all callbacks to the satisfaction of the CONTRACT ADMINISTRATOR, within twenty-four (24) hours of notification. Failure to comply with this requirement will result in a reduction in payment to the CONTRACTOR as determined appropriate by the CONTRACT ADMINISTRATOR. 1.11 The regularly scheduled street sweeping shall be adhered to by CONTRACTOR unless deviation from the approved schedule is authorized by the CONTRACT ADMINISTRATOR. 1.12 In the event that inclement weather precludes adhering to regular sweeping schedule for two (2) days or less in a given week, the sweeping areas so affected shall be swept within one (1) week of the regular sweeping schedule. Rescheduled sweeping days shall not affect the next regularly scheduled sweeping cycle. The CONTRACTOR shall perform all rescheduled work at no additional cost to the City. During inclement weather, a two-hour standby period between 7:00 a.m. and 9:00 a.m. shall be observed before a scheduled residential or commercial sweep will be canceled. 1.13 In the event that inclement weather precludes adhering to the regular sweeping schedule for three (3) days or more, the affected areas may be omitted from the schedule for that cycle only. The CONTRACTOR shall issue the City a credit at the curb mile square foot rate specified in this BID DOCUMENT or subsequent amendments. During inclement weather, a two- street Sweeping Services 08/11/2011 hour standby period between 7:00 a.m. and 9:00 a.m. shall be observed before a scheduled residential or commercial sweep will be canceled. 1.14 The CITY shall have the right to establish holiday schedules. When a City holiday occurs on a regularly scheduled sweeping day, said sweeping area shall be swept within two (2) days of the regularly scheduled sweeping day. Rescheduled sweeping days shall not affect the next regularly scheduled sweeping cycle. The CONTRACTOR shall perform all rescheduled work at no additional cost to the City. 1.15 The CONTRACTOR shall submit a schedule annually clearly indicating deviations to the regular sweeping cycle caused by holidays. The CONTRACT ADMINISTRATOR shall review the schedule and shall approve or return the schedule to the CONTRACTOR for appropriate revisions. 1.16 CONTRACTOR shall, during the term of this CONTRACT, respond to requests for SPECIAL SWEEPS required during emergencies, twenty-four (24) hours per day, seven (7) days per week, by dispatching required sweeping equipment to the site, within two (2) hours of contact by the CONTRACT ADMINISTRATOR. In addition to the daily work required hereunder, the CONTRACT ADMINISTRATOR, or the authorized designee may request additional non- emergency SPECIAL SWEEPS. The CONTRACTOR, as provider of sweeping services for CITY, shall be required to provide these street sweeping services. The CONTRACT ADMINISTRATOR or his designated representative shall request SPECIAL SWEEPS with 48-hour notice. The CONTRACTOR shall be compensated for SPECIAL SWEEPS at the hourly rate indicated in the BID ITEM. Minimum compensation for emergency and non-emergency SPECIAL SWEEPS shall be two (2) hours including travel time. 1.17 CONTRACTOR shall notify CITY should CONTRACTOR have an emergency, and the CONTRACT ADMINISTRATOR or his designated representative shall determine whether CONTRACTOR is released of completing a daily route based on the nature of the emergency. The City has the authority to interrupt scheduled service should CITY have an emergency. 1.18 CONTRACTOR shall legally dispose of all debris collected under the performance of this agreement by hauling it to a disposal site subject to the approval of the CONTRACT ADMINISTRATOR. The CONTRACTOR is not responsible for said debris disposal costs, however, the CONTRACTOR shall arrange for CITY to be billed directly for said debris disposal costs. The CONTRACTOR shall provide information on the total debris disposed of for the purpose of the CITY reporting actual debris removal quantities to regulatory agencies. With thirty (30) days written notice, the CONTRACT Street Sweeping Services 08/11/2011 ADMINISTRATOR may notify the CONTRACTOR to make direct payments for debris disposal costs. The CITY shall reimburse the CONTRACTOR for said costs. CONTRACTOR'S actual debris disposal invoices are subject to review and approval by the CONTRACT ADMINISTRATOR. The CONTRACTOR shall submit with each monthly invoice a copy of each dump ticket showing the date, the amount of material disposed of, the facility where the material is disposed, the vehicle identification, and operator signature for each delivery. The CONTRACTOR shall also submit a monthly summary report showing the number of loads at each rate, the total amount of materials disposed of and the total disposal cost. 1.19 CONTRACTOR shall make all necessary arrangements through the proper Water Districts to obtain water meters and shall pay for water necessary to the CONTRACTOR'S operations. Water costs are the responsibility of the CONTRACTOR and shall be included in the BID ITEM costs for associated work. No additional compensation for water will be allowed. The CONTRACTOR is advised that three separate Water Districts supply water to the CITY. • City of Carlsbad Municipal Water District • Olivenhain Municipal Water District • Vallecitos Municipal Water District 1.20 The CONTRACTOR shall maintain in full force and effect during the term of this agreement, a Bond for Faithful Performance from a corporate security satisfactory to the CITY. Said corporate security shall be duly authorized to do business in the State of California. Said corporate security shall have a financial quality rating of at least A- and financial size V as rated by AM Best. Said Performance Bond shall be equal to one hundred (100) percent of the estimated annual amount of this agreement. 2.00 STREETS TO BE SWEPT 2.01 The service areas, hours of operation, and estimated frequencies of service under the provisions of this CONTRACT are detailed in Appendix "C". 2.02 CONTRACTOR acknowledges personal inspection of the sites and the surrounding areas and has evaluated the extent to which the physical condition thereof will affect the services to be provided. CONTRACTOR accepts the premises in their present physical condition, and agrees to make no demands upon CITY for any improvements or alterations thereof. Street Sweeping Services 08/11/2011 3.00 PAYMENT AND INVOICES 3.01 The CONTRACTOR shall present monthly invoices, for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 3.02 The CONTRACTOR'S monthly invoices shall be prepared and submitted in an electronic format, clearly indicating the Purchase Order number, unit price, total work performed and correctly extended totals for each individual BID ITEM or separate item of work. An invoice format shall be submitted to the CONTRACT ADMINISTRATOR for approval. CONTRACTOR shall submit a fully itemized monthly bill to the CONTRACT ADMINISTRATOR, or designee, listing odometer readings and GPS records to permit auditing of sweeping mileage. 3.03 Separate invoices for approved SPECIAL SWEEPS shall be prepared and submitted in an electronic format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of suppliers' invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR'S billing. Invoices for SPECIAL SWEEPS shall be submitted on separate invoices. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete item of SPECIAL SWEEPS. 3.04 In the event the CITY transfers title, maintenance responsibility, or changes service frequency of a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the sweeping schedule and the CONTRACT sum shall be reduced accordingly. The CONTRACT ADMINISTRATOR may, at his discretion, add new streets or lots to be swept and/or require additional services. The CONTRACTOR shall be compensated for the additional facilities or services that are designated after the date of the commencement of this CONTRACT based on the extension of bid item costs as submitted in the REQUEST FOR BIDS or as adjusted in accordance with subsequent amendments to the agreement. Street Sweeping Services 08/11/2011 The CONTRACTOR agrees that increases or reduction of quantities in an amount less than twenty-five (25) percent of any individual BID ITEM shall not be grounds for renegotiation of the agreed BID ITEM price. Increases or reduction in bid item quantities that exceed twenty-five (25) percent of an individual BID ITEM are subject to negotiation. Renegotiation of any BID ITEM, applies to that BID ITEM only. Other BID ITEMS shall not be affected by these provisions. Any negotiated changes in these bid item prices shall be contingent upon both parties executing a written amendment to this agreement. The CONTRACTOR is notified and signifies consent to the following provision by entering this agreement that the CONTRACT ADMISTRATOR may delete BID ITEM No. three (3) Seawall Sweeping Services and BID ITEM No. four (4) Coastal Rail Trail Sweeping Services at any time. If the CONTRACT ADMINSITRATOR deletes CONTRACTOR service on these BID ITEMS provisions regarding renegotiation of a BID ITEM do not apply. The CONTRACTOR agrees that increases or reduction in the curb mile bid item less than ten (10) CURB MILES per month shall be considered incidental to the work and the compensation shall not be increased or decreased until such a time as total increase or reduction exceeds ten (10) CURB MILES per month. The CONTRACTOR shall adjust his billing from that day forward to reflect the new total. The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR of additions, reductions or deletions of areas to be serviced in writing. 4.00 ENFORCEMENT. DEDUCTIONS AND LIQUIDATED DAMAGES 4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. In addition to deductions stipulated in other sections of this agreement, the CONTRACT ADMINISTRATOR may enforce deductions in accordance with Section 4.00. 4.02 The CONTRACT ADMINISTRATOR shall prepare and implement an INSPECTION RATING SYSTEM to be used to verify monthly payments and deductions from payments (see sample rating system as Appendix "B"). This form and system may be modified at the discretion of the CONTRACT ADMINISTRATOR. The CONTRACTOR agrees to be so evaluated by said system and bound by the ratings and/or deductions from payments indicated in the monthly INSPECTION RATING SYSTEM report. To avoid deductions from payment, CONTRACTOR must receive a rating of 95 or higher per service area as described in Appendix "B". 4.03 If, in the judgment of the CONTRACT ADMINISTRATOR, the CONTRACTOR is deemed to be non-compliant with the terms and Street Sweeping Services 08/11/2011 obligations of the CONTRACT, the CONTRACT ADMINISTRATOR, may, in addition to other remedies provided herein, withhold the entire monthly payment, deduct pro-rata from the CONTRACTOR'S invoice for work not performed, and/or deduct liquidated damages. Notification of the amount to be withheld or deducted from payments to CONTRACTOR will be forwarded to the CONTRACTOR by the CONTRACT ADMINISTRATOR in a written notice describing the reasons for said action. The monthly INSPECTION RATING SYSTEM report shall constitute reason for any deductions so imposed. 4.04 The action above shall not be construed as a penalty but as adjustment of payment to CONTRACTOR to recover cost or loss due to the failure of the CONTRACTOR to complete or comply with the provisions of this CONTRACT. 5.00 INSPECTIONS. MEETINGS. & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S equipment, at any time for the purpose of verifying CONTRACTOR'S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative on each site at the discretion and convenience of the CONTRACT ADMINISTRATOR, for walk- through inspections. All routine maintenance functions shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representative, shall attend meetings and/or training sessions, as determined by the CONTRACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the sites. 6.00 SPECIAL SWEEPS 6.01 The CITY may award emergency and non-emergency SPECIAL SWEEPS to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. Street Sweeping Services 08/11/2011 6.02 If the CONTRACT ADMINISTRATOR determines that the SPECIAL SWEEPS can be performed by CONTRACTOR'S present work force, CONTRACT ADMINISTRATOR may authorize modification of the CONTRACTOR'S Routine Operations Schedule or Annual Calendar in order to compensate CONTRACTOR for performing said work. 6.03 SPECIAL SWEEPS shall be performed by the CONTRACTOR at the BID ITEM price for SPECIAL SWEEPS. The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR in writing and shall specify a time period for completing said SPECIAL SWEEPS. 6.05 When a condition exists which the CONTRACT ADMINISTRATOR deems urgent, the CONTRACT ADMINISTRATOR may verbally authorize SPECIAL SWEEPS to be performed. The CONTRACTOR shall respond within two hours to the location for urgent/emergency sweeps. Billing would be made consistent with the verbal authorization and submitted to the CONTRACT ADMINISTRATOR for approval. 6.06 All SPECIAL SWEEPS shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 7.00 CONTRACTOR'S DAMAGES 7.01 All damages incurred to existing facilities by the CONTRACTOR'S operation shall be repaired or replaced, by the CONTRACTOR or by other forces, all at the discretion of the CONTRACT ADMINISTRATOR, all at the CONTRACTOR'S expense. 8.00 COMMUNICATIONS AND EMERGENCY RESPONSE 8.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain a two twenty-four (24) hour emergency telephone numbers, toll free to a San Diego region area code. For hours beyond a normal 8 AM to 5 PM business day, an answering service shall be considered an acceptable substitute. Answering machines are not acceptable. 8.02 All requests for emergency services shall require equipment and operator to be dispatched to the required location as soon as possible after notification; but in all cases within two (2) hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any emergency service request is not responded to in two (2) hours, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not meeting the required response time followed by a written report to the CONTRACT ADMINISTRATOR within two (2) working days. Street Sweeping Services 08/11/2011 8.03 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such action to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost from any amount due to the CONTRACTOR. This deduction shall include a markup for administrative costs equal to fifteen (15) percent of the actual costs incurred. 8.04 The CONTRACTOR shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non-action. Said log of complaints shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 8.05 CONTRACTOR'S supervisor shall carry cellular telephones with local San Diego region area code. Supervisor shall respond to any call from the CITY within thirty (30) minutes at any time. 9.00 SAFETY 9.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the performance op his duties 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 or Federal requirements at all times so as to protect all persons, including CONTRACTOR'S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall make weekly inspections for any potential hazards at said sites and keep a log indicating date inspected and action taken. 9.02 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. 10.00 HOURS AND DAYS OF SWEEPING SERVICES 10.01 The acceptable daily hours of sweeping services shall be in accordance with Appendix "C", which shall be considered normal work hours as may pertain to any other provision of the CONTRACT. Street Sweeping Services 08/11/2011 10.02 CONTRACTOR shall provide staffing to perform the required sweeping services during the prescribed hours as specified in these contract documents. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR. 10.03 Per State of California Labor Code, CONTRACTOR is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this CONTRACT shall constitute a legal day's work and said CONTRACTOR shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than eight (8) hours during any one day or more than forty (40) hours during any one calendar week, except as authorized by State of California Labor Code Section 1815. 11.00 SWEEPING SCHEDULES 11.01 The CONTRACTOR shall, within thirty (30) days after the award of bid of this CONTRACT, submit current work schedules to the CONTRACT ADMINISTRATOR for review and approval. Said work schedules shall identify required operations and delineate the time frames for performance. A Routine Operations Schedule shall include all tasks required at the intervals required. The CONTRACTOR shall submit revised schedules when actual performance differs substantially from planned performance, and from time to time as requested by the CONTRACT ADMINISTRATOR. Said revisions shall be submitted to the CONTRACT ADMINISTRATOR for his review and approval, within five (5) working days prior to the original or revised scheduled time for the work, whichever is earlier. 12.00 CONTRACTOR'S STAFF AND TRAINING 12.01 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance with the specification set forth herein. 12.02 In cooperation with the Carlsbad Police Department, CONTRACTOR agrees to, and to pay for, background checks if required by the CONTRACT ADMINISTRATOR on all personnel providing sweeping services for this contract. In the event such background check reveals an item, which Carlsbad Police deems a security problem, City may request that such individual be removed from the list of personnel authorized to provide services to the CITY. 12.03 CONTRACTOR'S personnel shall possess the minimum qualifications for the position in which each is working, as set forth in Exhibit B. Street Sweeping Services 08/11/2011 12.04 CONTRACTOR shall have a "Local" representative with authority to contractually bind CONTRACTOR in matters, which may arise during this agreement performance period. "Local" in the context of this agreement is defined as the southern California metropolitan area consisting of San Diego, Orange, Los Angeles or Riverside counties. CONTRACTOR shall provide, prior to commencement of work under this Agreement, in writing to the CONTRACT ADMINISTRATOR, a statement indicating by name the specific authority vested in the "Local" representative. CONTRACTOR'S "Local" representative shall be responsible for instructing and training of CONTRACTOR'S personnel in the proper and specified work method and procedures; directing, scheduling, and coordinating all sweeping services and functions to completely accomplish the work as required by this Agreement. The "local" representative shall be available for consultation regarding problems on a daily basis at some time during regular working hours (8:00 a.m. to 5:00 p.m., Monday through Friday). 12.06 Each crew of CONTRACTOR'S employees shall include at least one individual who speaks the English language proficiently. For the purposes of this section, a crew is understood to be any individual worker or group of workers who might service any site without other CONTRACTOR'S supervisory personnel present. 12.07 The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written notice to the effect that the conduct or action of a designated employee of CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR, detrimental to the interest of the public patronizing the premises. CONTRACTOR shall meet with representatives of the CONTRACT ADMINISTRATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTRACT ADMINISTRATOR that the conduct and activities of CONTRACTOR'S employees will not be detrimental to the interest of the public patronizing the premises. 12.08 The CONTRACT ADMINISTRATOR may at any time order any of the CONTRACTOR'S personnel removed from the premises when, in the reasonable belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR'S personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or the public patronizing the premises 12.09 The CONTRACTOR shall require each of his personnel to adhere to basic public works standards of working attire including uniform shirts and/or vests clearly marked with the CONTRACTOR'S company name and employee name badges as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the Street Sweeping Services 08/11/2011 CONTRACTOR'S personnel at all times. Shirts shall be worn and buttoned at all times. CONTRACTOR'S personnel shall be equipped with proper shoes and other gear required by State Safety Regulations. Brightly colored traffic vests or reflectors shall be worn when personnel are working near vehicular traffic. 13.00 NON-INTERFERENCE - NOISE 13.01 CONTRACTOR shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 13.02 In the event that the CONTRACTOR'S operations must be performed when persons of the public are present, CONTRACTOR shall courteously inform said persons of any operations that might affect them and, if appropriate, request persons to move out of the work area. 13.03 CONTRACTOR shall be subject to local ordinances regarding noise levels with regard to equipment operations. CONTRACTOR shall not use any power equipment except as specifically detailed in local ordinances. The CONTRACTOR is hereby notified that specific hours of service are required as identified in Appendix "C". Further, any schedule of such operations may be modified by CONTRACT ADMINISTRATOR in order to insure that the public is not unduly impacted by the noise created by such equipment. 14.00 CONTRACTOR DEFAULT 14.01 If the CONTRACTOR refuses or fails to prosecute this agreement or any separable item of part thereof with such diligence as will ensure its completion within the time specified by the CITY or any extension thereof, or fails to complete such work within such time, or if the CONTRACTOR should be adjudged bankrupt, make a general assignment for the benefit: of creditors, or if a receiver should be appointed on account of CONTRACTOR'S insolvency, or if CONTRACTOR or any subcontractors violate any of the provisions of this agreement, or if CONTRACTOR fails to make prompt payment for materials or labor or if CONTRACTOR persistently disregards laws, ordinances, or instruction of CITY, CITY may serve written notice upon the CONTRACTOR and CONTRACTOR'S surety of its intention to declare this agreement in DEFAULT, said notice to contain the reasons for such intention to declare a DEFAULT, and unless within ten (10) days after the service of such notice, such violations shall cease and satisfactory arrangements for the corrections thereof be made, this agreement shall upon the expiration of said time, be in DEFAULT. Street Sweeping Services 08/11/2011 Upon such DEFAULT, CITY shall serve written notice thereof upon the surety and CONTRACTOR. The surety shall have the right to (1) take over and perform this agreement or (2) deposit with the CITY the amount herein below described. If the surety does not within fifteen (15) days after the serving upon it of a Notice of Default, give CITY written notice of its intention to take over and perform this agreement or does not commence performance thereof within thirty (30) days from the date of CITY'S notice, CITY may take over the work and prosecute the same to the extent of completion it deems necessary by contractor or by any other method it may deem advisable for the account and at the expense of CONTRACTOR, and the surety shall be liable to the CITY for any cost or other damage and in such event City may, without liability for doing so, take possession of and utilize in completing such work, such equipment and other property belonging to the CONTRACTOR that may be on the site of the work and be necessary therefore. Should surety fail to take over and diligently perform the agreement upon CONTRACTOR'S DEFAULT, surety agrees to promptly on demand, deposit with CITY such amount as CITY may reasonably estimate as the cost of completing all CONTRACTOR'S obligations. For any such work that the CITY elects to complete by furnishing it's own employees, materials, tools and equipment, CITY shall receive reasonable compensation thereof including costs of supervision and overhead. 15.00 DRUG AND ALCOHOL FREE WORKPLACE 15.01 The CITY is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this agreement, CONTRACTOR and CONTRACTOR'S employees shall assist meeting the requirements of this policy as set forth in the "City of Carlsbad Drug and Alcohol Use Policy" incorporated by reference herein and copy provided upon written request. CONTRACTOR agrees that CONTRACTOR and CONTRACTOR'S employees, while performing services for the CITY, on CITY property, or while using CITY equipment will not be in possession of, use, or be under the influence of drugs or alcohol. CONTRACTOR has the duty to inform all employees or agents of CONTRACTOR that are performing service for CITY on CITY property or using CITY equipment of the CITY'S objective of a safe, healthful and productive workplace and the prohibition of drug or alcohol possession, use or impairment from same while performing such service for CITY. Street Sweeping Services 08/11/2011 CITY has the right to terminate, or declare this or any other agreement CONTRACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees are determined by the CONTRACT ADMINISTRATOR to have breached the provisions of Section 15 herein as interpreted and enforced pursuant to the provision of the "City of Carlsbad Drug and Alcohol Use Policy". 16.00 ASSIGNMENT OF CONTRACT 16.01 CONTRACTOR shall not assign this contract or any part thereof and or monies due there under without the prior written consent of the CONTRACT ADMINISTRATOR. 17.00 SEAWALL AND RAIL TRAIL SWEEPING SERVICE 17.01 The CITY is requesting as a portion of this proposal, CONTRACTOR sweeping of the Coastal Rail Trail and Seawall. 17.02 Sweeping services for the Coastal Rail Trail include sweeping of the entire paved surface of the trail between Oak Avenue and Tamarack Avenue including the hard surfaced concrete ribbon gutter immediately adjacent to the asphalt trail surface. 17.03 Sweeping services for the Seawall include sweeping of the entire paved surface including the separate sections which begin at Pine Avenue and end at its southern terminus across from the Encina Power Plant. Sweeping services also include manual sweeping of stairways and landings from the bluff adjacent to Carlsbad Boulevard to the Seawall and stairways down from the Seawall to the sand surface of the beach. 17.04 The CONTRACTOR shall transport materials picked up in the sweeping process to locations marked at the Tamarack State Beach Park. The CONTRACTOR SHALL remove material picked up at the seawall within one working day after depositing material at site at the Tamarack State Beach Park. 17.05 The CONTRACTOR shall provide specialty CONTRACTOR owned and maintained equipment for the above-mentioned sweeping services. The CONTRACTOR is advised that a smaller sweeper unit is needed due to the constrained width of the Seawall. The CONTRACTOR shall submit equipment proposed for use on this portion of the work and shall fully investigate the service area and shall demonstrate that equipment proposed for use is sized appropriately and adequately sized to navigate and service the Seawall. The CONTRACTOR may store his equipment at the Public Works Streets and Facilities Maintenance yard at 405 Oak Avenue. Street Sweeping Services 08/11/2011 17.05 Provisions regarding GPS (SECTION 20.0) do not apply to this specialty sweeping equipment. All other provisions regarding deductions, callbacks for re-sweeping, weather delays and any other provision apply. Street Sweeping Services 08/11/2011 BID 11-03 STREET SWEEPING SERVICES EXHIBIT "A" PART II EQUIPMENT SPECIFICATIONS 18.00 STREET SWEEPERS 18.01 The quality and quantity of the equipment used by CONTRACTOR for the sweeping of streets shall be sufficient to perform the work required herein. A minimum of two (2) primary sweepers and two (2) back-up sweepers shall be provided. One (1) primary sweeper shall be broom type and one (1) primary sweeper shall be vacuum type or regenerative air vacuum type. One (1) back-up sweeper shall be broom type and one (1) backup sweeper shall be vacuum type or regenerative air vacuum type. All sweepers shall be top-dump. The primary sweepers shall be less than one (1) year old and the backup sweepers shall be no more than four (4) years old. Bottom dump sweepers shall not be used within the CITY. The specific equipment to be used shall be specified in the CONTRACTOR'S proposal (e.g., broom type, vacuum-type, regenerative air vacuum type). The CONTRACTOR shall provide one month prior to any subsequent extension year the Make, Model, and Year of sweeper equipment to be used in CITY. The CONTRACTOR shall submit Department of Motor Vehicle registration copies to the CONTRACT ADMINISTRATOR in his bid and at the annual intervals identified in this section. Manufacturer's Equipment Specifications are to be included within the proposal. All equipment, including support equipment, to be used by CONTRACTOR shall be listed as a part of the detailed inventory to support the CONTRACTOR'S qualifications. Manufacturer's Equipment Specifications shall be mailed or faxed to CITY whenever new equipment is added to the CONTRACTOR'S inventory. 18.02 All equipment shall be equipped in accordance with State law. The flashing light shall meet the following requirements: • visible for a minimum of one mile • flash 60-90 times per minute • mounted for 360 degree visibility • equipped with an amber lens An arrow board, approved by the CONTRACT ADMINISTRATOR, shall be mounted on the back of all equipment. All sweeping equipment provided by the CONTRACTOR is required to comply with PM 10, and rule 1186 air quality requirements. 18.03 Each sweeper is required to be equipped with a fire extinguisher and a portable blower. The CONTRACTOR shall utilize the portable blower to move debris to a location that it can be removed by the sweeper unit any time obstructions, temporary or permanent, limit the sweeper unit's access to areas included in sweeping services. These obstructions include cars parked in parking lots, obstructions placed by others in the traveled way, or other unforeseen obstructions. 18.04 Any street sweeping vehicle fluid leaks will be cleaned immediately using all appropriate dry cleaning methods and properly disposed. Each sweeper provided by the CONTRACTOR shall carry a spill kit and the operator shall be properly trained on how to clean spills. 18.05 All sweepers shall have in large markings the name of the CONTRACTOR, and the phrase "Under Contract with the City of Carlsbad" either painted or permanently affixed to both sides of the sweepers. 18.06 All street sweepers shall be equipped with: • Adequate water systems for dust control. The CONTRACTOR is required to provide water for his sweeping operations in accordance with Section 1.20. • Automatic vehicle location device (vehicle location and management system [e.g., GPS]). See Section 20,00 for specific requirements. 19.00 EQUIPMENT LOCATION AND REPAIR REQUIREMENTS 19.01 CITY requires that all equipment (both primary and backup sweepers) to be used for performing services under this agreement be kept within 10 miles of the CITY limits. No scheduled route during daily service shall be interrupted or deviated from for service either outside the City limits or inside the City limits. 19.02 The CONTRACTOR may store sweepers used on the Seawall at 405 Oak Ave. The CONTRACTOR shall store this equipment in specific areas as directed by the CONTRACT ADMINISTRATOR or his designated representative. 19.03 CONTRACTOR shall maintain a facility for repair and care of sweepers used in CITY. Brushes and brooms shall be maintained in proper condition and shall be replaced as recommended by the manufacturer, or when pick-up ability becomes impaired. CONTRACTOR is responsible for all costs associated with the installation, operation and maintenance of all devices/equipment utilized as part of the street sweeping services. 19.04 The CONTRACTOR shall demonstrate that adequate support equipment shall be available, including debris transfer vehicles, pickup trucks, service trucks, tire trucks, and any other item of equipment necessary to provide sweeping services as described within this agreement. All equipment, including support equipment, to be used by CONTRACTOR shall be listed as a part of the detailed inventory to support the CONTRACTOR'S qualifications. 19.05 The CONTRACTOR'S equipment and equipment service, including warranty repair, records shall be subject to periodic inspection by CITY. Should warranty work be undocumented by warrantor, CONTRACTOR shall notify the City of scheduled or unscheduled warranty repairs and log the warranty work within CONTRACTOR records. Scheduled or unscheduled equipment maintenance and/or repairs shall be noticed to CITY immediately, with anticipated date and time of equipment return. Copies of all equipment repair work sent to the CONTRACT ADMINISTRATOR within five (5) business days of repair(s). 19.06 CITY shall have the option of performing a complete inspection of all vehicles at any time throughout the term of the Contract. If any vehicle is inspected and it is determined by the CONTRACT ADMINISTRATOR, that it does not meet standards CITY deems necessary to fulfill the Contract or to operate safely, CITY may require such vehicle(s) be brought to standard (whether by need of repair or use of certified equipment as required by Federal, State, or local law) before being placed back in service. Any vehicular accidents involving sweepers assigned to CITY must be reported in writing within 24 hours of said accident to CITY. 20.00 GPS EQUIPMENT AND SOFTWARE 20.01 The CONTRACTOR shall provide automatic vehicle location device (vehicle location and management system [e.g., GPS]) on primary and backup sweeper units. This device shall be placed on all sweeping equipment at the CONTRACTOR'S cost. 20.02 The CONTRACTOR shall provide associated software programs, which will report all street sweeping activity. The associated software shall be provided at no cost to the CITY including monthly monitoring charges. The CONTRACTOR shall provide software and licensing for two work stations and all associated IT services required to install, maintain, and update this software. Software shall be capable of being operated on computers utilizing Microsoft Windows 2007/2010 or Windows XP. Software shall be capable of demonstrating real-time location, speed and path of travel of equipment equipped with GPS systems. Software shall be capable of recording and printing daily activity logs indicating actual miles traveled, ground speed of equipment, the location of equipment at any given time and any other information that is suitable for documenting actual work performed by the CONTRACTOR under this agreement. The CONTRACTOR shall have a tachograph system to backup GPS in the event of a system failure and shall submit an initialed tachograph chart for any period of work with the monthly invoice for any day of work that the GPS system is non- operational. The CONTRACTOR shall provide adequate training on an annual basis for CITY staff in the operation and use of this system. The CONTRACTOR shall respond to a GPS data request by the CONTRACT ADMINSTRSTOR in one working day. Should any device fail, or need repair, the CONTRACTOR shall immediately report that the GPS is inoperative to CITY. If the CONTRACTOR'S software or monitoring website fails, the CONTRACT ADMINISTRATOR shall immediately notify the CONTRACTOR. The CONTRACTOR shall repair any non-operation portion of the system within two (2) business days or the sum of one hundred (100) dollars per day will be deducted from payments due the CONTRACTOR for each twenty-four (24) hour period, or portions thereof, that the system is unavailable to the CITY. 26. AUTHORITY The indh/iduals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CLEAN STREET, INC., a California corporation By: CITY OF CARLSBAD, a municipal corporation of the State of California BY: MAYOR T Jere Costello, President (print name/title) ATTEST: By: (sign here) Rick Anderson, Secretary (print name/title) If required by City, proper notarial acknowledgment of execution''by• oftVftractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Assistant City Attorney City Attorney Approved Version 5/12/11 Exhibit "A" Appendix A City of Carlsbad Street Sweeping Schedule Refer to Section item 21.01 CURRENT POSTED "NO PARKING" AREAS Beech Street: VILLAGE AREA Between State Street and Roosevelt Street. Posted 3:00 a.m. to 5:00 a.m. daily. Carlsbad Village Drive: Between Carlsbad Boulevard and 1-5. Posted 3:00 a.m. to 5:00 a.m. daily. Grand Avenue: State Street: Roosevelt Street: Between Carlsbad Boulevard and Hope Street. Posted 3:00 a.m. to 5:00 a.m. daily. Between Oak Avenue and Laguna Drive. Posted 3:00 a.m. to 5:00 a.m. daily. Between Carlsbad Village Drive and Beech Street. Posted 3:00 a.m. to 5:00 a.m. daily. Park Drive: Cove Drive: Marina Drive: Bayshore Drive: Between Adams Street and Neblina Drive. Posted 8:00 a.m. to 12:00 noon, 2nd & 4th Tuesday each month. Between Park Drive and west end. Posted 8:00 a.m. to 12:00 noon, 2nd & 4th Tuesday each month. Between Park Drive and west end. Posted 8:00 a.m. to 12:00 noon, 2nd & 4th Tuesday each month. Park Drive to south end. Posted 8:00 a.m. to 12:00 noon, 2nd & 4th Tuesday each month. Harding Street: Carol Place: Pine Avenue: Between Magnolia Street and Carol Place. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Tuesday each month. Between Harding Street and Jefferson Street. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Tuesday each month. Between Harding Street and Interstate 5. Posted 8:00 a.m. to 12:00 noon, 1st & 3rt Tuesday each month. Laguna Drive: Kremeyer Circle: Washington Street: Lincoln Street: Oak Avenue: Between Jefferson Street and 1-5. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Tuesday each month. Between Laguna Drive and end. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Tuesday each month. Between Carlsbad Village Drive and Oak Avenue. Posted 8:00 a.m. to 12:00 noon, 13t & 3rd Tuesday each month. Oak Avenue to Carlsbad Boulevard. Posted 8:00 a.m. to 12:00 noon, 18t & 3rd Tuesday each month. Between Washington Street and Lincoln Street. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Tuesday each month. Monroe Street: Tyler Street: Davis Avenue: Davis Place: Knowles Avenue: Between Chestnut Avenue and Basswood. Posted 4:00 a.m. to 6:00 a.m., 1st & 3rd Wednesday each month. Between Oak Avenue and Chestnut Avenue. P|0sted 5:00 a.m. and 7:00 a.m., 1st & 3rd Tuesday each month. Between Laguna Drive and Knowles Avenue. Posted 8:00 a.m. to 12:00 noon, 1st & 3rd Wednesday each month. Between Davis Avenue and the end. Posted 8:00 a.m. to 12:00 noon, 1st and 3rd Wednesday each month. Between Jefferson Street and I-5 Freeway. Posted 8:00 a.m. to 12:00 noon, 1st and 3rd Wednesday each month. City of Carlsbad Parking Lots and Sweeping Frequencies Frequency per Location Aviara Park Beach Bluff Calavera Hills Trailhead Caiavera Park City Hall Cole Library Dove Library Faraday Farmer's Building Fountain Garfield Harding Center Hidden Canyon Park Holiday Park Hosp Grove La Costa Canyon Park Learning Center (Girls Club) Magee Park Old Train Depot Parks Yard Pine Park Poinsettia Park Roosevelt - North Roosevelt - South Safety Center School Admin Senior Center Stagecoach Park State Street Streets Dept Swim Complex Vera Cruz Washington Street Water District Wickham Way I Total | Est SQ FT 60,000 17,875 2,500 56,715 36,300 50,964 98,516 98,635 209,017 15,000 20,000 11,200 5,520 18,500 13,750 8,800 8,100 5,000 27,260 13,500 34,000 88,825 18,460 15,525 37,600 19,375 62,500 96,700 14,900 8,600 19,574 24,000 14,672 27,200 19,500 1,278,583 | month 2 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 2 SQ ft per month 120,000 35,750 5,000 113,430 72,600 101,928 197,032 197,270 209,017 30,000 40,000 22,400 11,040 37,000 27,500 17,600 16,200 10,000 54,520 27,000 68,000 177,650 36,920 31,050 75,200 38,750 125,000 193,400 29,800 17,200 39,148 48,000 29,344 27,200 39,000 I 2,320,949 Abanto Street Abedul Place Abedul Street Abelia Avenue Aberdeen Court Acacia Avenue Acuna Court Adams Street Basswood to Chestnut Tamarack to Park Tamarack to Chestnut Afton Way Aircraft Road Aldea Place Alder Avenue Alga Road Melrose to Camlno de Amlgos Alicante Road Almaden Lane Alondra Way Althea Lane Altisma Way Altiva Place Alverton Drive Alyssum Road Amante Court Amargosa Drive Ambrosia Lane Amber Lane Ames Place Ammonite Place Anatra Court Anchor Way Adrea Avenue Anillo Way Ann Drive Anta Court Antelope Street Applan Road Arbor Rose Drive Arbuckle Place Arbusto Court Arches Way 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Tuesday 2nd and 4th Friday 1st and 3rd Wednesday 2nd and 4th Tuesday 2nd and 4th Wednesday 1st and 3rd Wednesday Private road 1st and 3rd Monday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Thursday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Monday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Thursday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Tuesday 2nd and 4th Wednesday 1st and 3rd Monday 1st and 3rd Wednesday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Thursday 2nd and 4th Friday 1st and 3rd Tuesday 2nd and 4th Monday 2nd and 4th Friday Arena! Road Argonauta Street Argonauta Way Arland Road Armada Drive Arundel Avenue Ascot Avenue Ashberry Road Ashby Court Aster Place Aston Avenue Astoria Street Atadero Court Athens Way Auburn Avenue Auden Place Aura Circle Auto Center Court Avalon Avenue Avenlda Amapola Avenlda Anacapa Avenlda Belecho Avenfda Castana Avenlda Cereza Avenlda Clrveca Avenlda de Anita Avenlda de Louisa Avenida del Paraiso St Avenlda Diestro Aventda Encinas Cannon to Poinsettia Polnsettia to Carlsbad Blvd Avenida Hececho Avenida Maravllla Avenida Nleve Avenida Obertura Avenlda Pantera Avenlda Plmentera Avenida Theresa Avenida Toronja Aventurine Place Avenue of the Trees Aviara Drive 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Wednesday 2nd and 4th Tuesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Thursday 1st and 3rd Thursday 2nd and 4th Monday 2nd and 4th Thursday 2nd and 4th Tuesday 1st and 3rd Thursday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday Private road 1st and 3rd Friday Aviara Parkway A vila Avenue Avocado Lane Avondale Circle Azahar Court Azahar Place Azahar Street Azalea Place Azurfte Place Babilonia Street Badajoz Place Bajo Court Baldwin Lane Balfour Court Banbury Court Banff Court Barberry Place Barranca Court Basafto Street Basin Road Basswood Avenue Batiquitos Drive Bayshore Drive Bayview Place Beach Bluff Road Beacon Bay Drive Bedford Circle Beech Avenue Begonia Court Belle Lane Belleflower Road Berkeley Avenue Bienvenida Circle Bittern Court Bixbite Place Black Rail Court Black Swan Place Blackbird Circle Blenkarne Drive Blue Bonnet Place Blue Dolphin Way Blue Orchid Lane Blue Point Drive 2nd and 4th Friday 2nd and 4th Thursday 1st and 3rd Tuesday 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Tuesday 2nd and 4th Wednesday 1st and 3rd Thursday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Thursday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 3rd Friday 1st and 3rd Friday Blue Whale Court Bluff Court Boca Street Bolero Street Bolo Place Bonlta Lane Borla Place Botella Place Bowsprit Brady Circle Branta Avenue Brava Street Bressl Ranch Way Brlgatlne Drive Brighton Road Brittany Way Brookwood Court Buckingham Lane Buena Place Buena Vista Circle Buena Vista Way Jefferson to 1-5 Jefferson to Davis Plo Pico to Valley Burgos Court Buttercup Road Buttes Road Byron Place Cabela Place Cabo Court Cabo Way Cacatua Court Cacatua Place Cacatua Street Cadencia Street Calaveras Drive Calavo Court Caldera Place Caleta Court Calidris Lane Calina Way Calle Acervo Calle Barcelona Not built yet 2nd and 4th Thursday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Tuesday 1st and 3rd Tuesday 1st and 3rd Tuesday 1st and 3rd Wednesday 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Monday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday Gated community - not swept 2nd and 3rd Tuesday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Monday ECR to Rancho Santa Fe Calle Conifera Calfe Cozumel Calle Gavanzo Calle Hacienda Calle Hidalgo Calle Jalisco Calle Madero Calle Madrid Calle Oliva Calle Palmlto Calle Pina Bete Calle Pinon Calle Posada Calle San Bias Calle San Felipe Calle Susana Calle Timlteo Calle Vallarta Calle Verso Calliandra Road Calmeria Place Camden Circle Camellia Place Cameo Road Camlnlto del Mar Camlnlto del Reposo Caminito del Sol Caminito Estrada Caminito Madrigal Caminito Rosa Caminito Verde Camino Alegre Camino Alvaro Camino Arena Camino Cereza Camino Coronado Camino Corte • Camino de Amigos Corte Yolanda to Corte Ramon Camino de las Ondas Camino de los Coches Camino del Parque 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Thursday 2nd and 3rd Monday 2nd and 4th Monday not in Thomas Guide 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Monday 1st and 3rd Friday Camlno del Prado Camlno del So! Circle Camino Gato Camlno Hills Drive Camino Junipero Camino Junipero Rancho Santa Fe Road to Avenida Amapola Camlno Largo Camino Undo Camlno Rebledo Camino Serbal Camino Vida Roble Campbell Road Camphor Place Candil Place Cannas Court Cannon Road Carlsbad Blvd to El Camino Real Cantero Way Cantil Street Canyon Place Canyon Street Capazo Court Cape Aire Lane Cape May Place Car Country Drive Caracol Court Caringa Way Carlina Street Carlsbad Blvd. Carlsbad Village Drive Carlsbad Blvd to Pio Pico Pio Pico to ECR ECR to Glasgow Tamarack Ave to College Carmel Drive Carnaby Court Carnation Drive CarneHan Place Carol Place Carpa Court Carrillo Way 1st and 3rd Friday 2nd and 4th Tuesday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Wednesday 2nd and 4th Friday 1st and 3rd Wednesday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Tuesday 1st and 3rd Monday 2nd and 4th Friday Private 1st and 3rd Wednesday 2nd and 4th Friday 2nd and 4th Tuesday 2nd and 4th Tuesday 2nd and 4th Tuesday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Monday Every Friday Mon., Wed., Fri. weekly 1st and 3rd Wednesday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Thursday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday Melrose Or to Paseo Aspada Casca Way Cassia Road Cassins Street Castilfa Place Catalina Drive Catalpa Road Cavern Place Cayenne Lane Cazadero Drive Cebu Court Cebu Place Cedar Avenue Celinda Drive Centella Street Cereus Court Cerezo Drive Chancery Court Charleen Circle Charter Oak Drive Chatham Road Chelsea Court Cherry Avenue Cheshire Avenue Chestnut Avenue Carlsbad Blvd. To 1-5 Pio Pico to ECR ECR to Pontiac Chinquapin Avenue Carlsbad Blvd. to 1-5 1-5 to Hillside Chfriqui Lane Chorlito Street Christiansen Way Chuparosa Way Ciardi Court Cielo Place Cigno Court Cima Court Cipriano Lane Circulo Adorno Clrculo Papayo Circulo Sequoia 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Thursday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday Renamed 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Tuesday 1st and 3rd Thursday 1st and 3rd Wednesday 1st and 3rd Wednesday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Tuesday 2nd and 4th Thursday 1st and 3rd Tuesday 1st and 3rd Wednesday 1st and 3rd Thursday 1st and 3rd Tuesday 2nd and 4th Tuesday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Tuesday 1st and 3rd Wednesday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Wednesday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday Citrine Drive Citrus Place Clay Or Tamarack Ave to north end Clearview Drive Oemens Court Coastline Avenue Coastview Ct Cobalt Drive Coleridge Court Colibri Lane College Blvd Columbine Drive Concord Street Coneflower Drive Conosa Way Contour Place Copal Place Coppell Place Cordoba Place Corintla St Corte Acebo Corte Aciano Corte Adalina Camino de Amigos to end Corte Alhena Corte Ananas Corte Arboles Corte Aurora Corte Baldore Corte Bosque Corte Brezo Corte Cardo Corte Carolina Corte Castillo Corte Celeste Corte Cicuta Corte Cidro Corte Curva Corte de la Pina Corte de la Vista Corte del Abeto Corte del Nogal 2nd and 4th Friday 1st and 3rd Tuesday 2nd and 4th Thursday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Thursday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Wednesday Corte Delflno Corte Diego Camino de Amigos to end Corte Dolor Corte Domingo Corte Dulce Corte Eduardo Corte Yolanda to north end Corte Ensenada Corte Esperanza Corte Esplendor Corte Felipe Corte Fresa Corte Jardin Corte Langulsta Corte Llmon Corte Luisa Corte Lupe Camino de Amigos to end Corte Mango Corte Manzana Corte Mazatlan Corte Mora Camino de Amigos to end Corte Moral Corte Morena Corte Oliva Corte Papaya Corte Pedro Corte Penca Corte Pino Corte Ramon Camino de Amigos to end Corte Romero Corte Rosado Corte Quinta Mar Corte Sasafras Corte Selva Corte Sonrisa Corte Tiburon Corte Tico Corte Vera Cru/ Corte Verso 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Friday Not built 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday Corte Viol eta Corte Yolanda Corte Eduardo to east end Cortina Court Corvallis Street Corvidae Street Cosmos Court Cottage Drive South of Town Garden Road Cougar Drive Cove Drive Crater Rim Drive Crescent Point Road Cressa Court Crest Drive Crestview Drive Crimson Drive Crownpoint Court Cumbre Court Curlew Terrace Cynthia Lane Cypress Avenue Daffodil Place Daisy Avenue Daisy Court Dana Court Darlington Way Town Garden Road to Village Green Drive Date Avenue Davis Avenue Davis Place Del Rey Avenue Delaney Court Delfina Place Delta Way Strata Or to end Descanso Blvd Desert Rose Way Dickinson Drive Di Vita Drive Discovery Road Docena Road 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Thursday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Tuesday 2nd and 4th Friday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Monday Renamed 2nd and 4th Thursday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Friday 1st and 3rd Tuesday 1st and 3rd Wednesday 1st and 3rd Wednesday 1st and 3rd Monday 2nd and 4th Wednesday 1st and 3rd Monday 2nd and 4th Thursday Renamed 2nd and 4th Monday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday Dogwood Road Dolphin Court Donna Drive Dorchester Place Dove Lane Dryden Place Dundee Court Durango Circle Dusty Rose Place East Pointe Avenue Ebb Tide Street Echo Avenue Edendale Street Edgeware Way Edinburgh Drive ElAguilaSt El Arbol Drive El Astillero Place El Bosque Avenue El Camino Real El Capitan Court El Fuerte Street Faraday to Loker El Gavilan Court El Pato Court El Perico Lane El Rastro Lane Elder Court Elder Court Elegant Encanto Drive Escenico Terrace Esfera Street Estancia Street Estrella del Mar Esturlon Court Esturion Place Esturlon Street Eucalyptus Lane Eureka Place Evergreen Circle Fairwater Place Falcon Drive 2nd and 4th Friday Renamed 1st and 3rd Wednesday 1st and 3rd Thursday 2nd and 4th Monday 2nd and 4th Wednesday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 3rd Friday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Tuesday 2nd and 4th Monday 2nd and 4th Monday Every Monday 1st and 3rd Thursday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Wednesday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Wednesday Falda Place Faraday Avenue Cannon to Camlno Hills Cannon to Orion Way Orion Way to Meirose Drive Farnsworth Court Farol Court Farol Place Febo Court Fermi Court Fern Place Finnila Place Fiona Place Flamenco Place Flamenco Street Flat Rock Street Fleet Street Follette Street Foothill Avenue Tamarack to east end Forest Avenue Forecastle Court Fosca Street Fosca Way Foxglove View Franciscan Road Frost Avenue Gabacho Street Gabbiano Lane Galena Avenue Galicia Way Galleon Way Garboso Place Garboso Street Garden House Road Gardenia Court Garfield Street Garibaldi Place Gary Circle Gateshead Road Gateway Garden Road Gaviota Circle Gavlota Lane 1st and 3rd Monday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Wednesday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Tuesday 2nd and 4th Tuesday 1st and 3rd Friday 2nd and 4th Thursday 1st and 3rd Wednesday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday Island 3rd Friday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Tuesday 1st and 3rd Thursday 1st and 3rd Thursday 2nd and 4th Thursday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday Gaviota Place Gayle Way Geiger Court Gentle Knoll Road Geode Lane Geranium Street Gibraltar Street Ginger Avenue Glasgow Drive Glenbrook St Gloria Lane Goldenbush Drive Goldeneye View Gold Flower Road Golden Star Lane Goldstone Road Gorge Place Gozo Place Grado Cipreso Grado El Tupelo Grady Place Granada Way Grand Avenue Bet. Carlsbad Blvd and Harding Balance Granite Court Grecourt Way Greenhaven Drive Green Valley Rd Greenock Court Greenwich Street Gregory Drive Grivetta Court Grulla Street Guevara Road Gull Court Half Dome Place Halite Place Halley Drive Hamden Way Harbor Drive Harbor View Lane Harding Street 1st and 3rd Monday 1st and 3rd Wednesday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Thursday Renamed 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Tuesday 1st and 3rd Thursday Mon/Wed/Fri weekly 1st and 3rd Tuesday 2nd and 4th Tuesday 2nd and 4th Wednesday 2nd and 4th Friday Not built 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Wednesday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Friday not in Thomas Guide 2nd and 4th Thursday 1st and 3rd Tuesday 2nd and 4th Tuesday 1st and 3rd Tuesday Harrison Street Harwich Drive Hastings Drive Hataca Road Havens Point Place Haverhill Street Haymar Drive Hemingway Drive Hemlock Avenue Heritage Drive Hibiscus Circle Hidalgo Melrose Drive to east end Hidden Valley Road (all) High Ridge Avenue Highland Drive Chestnut to north end Tamarack to Adams Hilllcrest Circle Hillside Drive Highland to Sunnyhill Neblina to Kelly Hillyer Street Holly Brae Lane Home Avenue Hoover Street Hope Avenue Horizon Drive Hosp Way Hummingbird Road Hummock Drive Huntington Drive Ibis Place Impala Drive Ingelton Avenue Inlet Drive Innovation Way Inverness Court Inverness Drive Iris Court Isle Drive Islands Way Ivy Street 2nd and 4th Tuesday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Monday 2nd and 4th Tuesday 1st and 3rd Thursday 2nd and 4th Monday 2nd and 4th Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 1st and 3rd Tuesday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Wednesday 1st and 3rd Wednesday 2nd and 4th Tuesday 1st and 3rd Wednesday 2nd and 4th Tuesday 2nd and 4th Thursday 2nd and 4th Monday 2nd and 4th Wednesday 1st and 3rd Tuesday 2nd and 4th Tuesday 1st and 3rd Tuesday 2nd and 4th Wednesday 1st and 3rd Wednesday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Thursday 2nd and 4th Friday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Tuesday 2nd and 4th Friday 1st and 3rd Friday Jacaranda Avenue Jackspar Drive jade Lane James Drive Valley to Oak Basswood to north end Tamarack to south end Janis Way Jasmine Court Jeanne Place Jeffers Place Jefferson Street Marron to 1-5 Balance Jerez Court Juniper Avenue Karren Lane Karst Road Keats Place Ketch Way Kellogg Avenue Kelly Drive Kestrel Drive Kimberly Court Kingston Street Kirk Place Kirkwall Avenue Knollwood Dr Tamarack Ave to Foothill Ave Knowles Avenue Jefferson to 1-5 Balance Korite Place Kremeyer Circle Laguna Dr. to end Kyanite Place La Brusca Way La Capela Place La Coruna Place La Costa Avenue 1-5 to ECR Balance La Duela Lane 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Wednesday 1st and 3rd Wednesday 2nd and 4th Tuesday 1st and 3rd Wednesday 1st and 3rd Friday 2nd and 4th Tuesday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Tuesday 1st and 3rd Monday 1st and 3rd Tuesday 2nd and 4th Wednesday 2nd and 4th Thursday 2nd and 4th Monday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Thursday 2nd and 4th Wednesday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 1st and 3rd Tuesday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday Every Monday Every Monday 2nd and 4th Monday La Gacha Lane La Garza Court La Golondrina St La Gran Via La Macerena Ave La Nueces Place La Nevasca Lane La Paloma Circle La Paloma Court La Paloma Street La Place Court La Plancha Lane La Pluma Lane La Portalada Drive La Selva Way La Tinada Court La Vanco Court Ladera Court Lafayette Court Lagoon Lane Laguna Drive Pio Pico to Elmwood Jefferson to 1-5 Jefferson to State Lakewood Street Landau Court Lands End Court Landsford Way Lanyard Place Lapis Road Laredo Street Larimar Avenue Larkspur Lane Las Brisas Court Las Flores Drive Jefferson to 1-5 1-5 to Highland Las Mientes Lane Las Nueces Place Las Olas Ct Rancho Santa Fe Rd to end Las Palmas Drive Lassen Lane 2nd and 4th Monday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday Renamed 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Thursday 2nd and 4th Monday 2nd and 4h Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Thursday Renamed 1st and 3rd Wednesday 1st and 3rd Tuesday 1st and 3rd Tuesday 1st and 3rd Thursday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Thursday 2nd and 4th Friday 2nd and 4th Wednesday 1st and 3rd Monday 1st and 3rd Tuesday 1st and 3rd Wednesday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Wednesday 1st and 3rd Thursday Laurie Circle Lawrence Street Lego Drive Lee Court Lemon Leaf Drive Leucfte Place Levante Street Levee Drive Tamarack Ave to Stoneridge Rd Lewis Lane Li lac Court Lily Place Limonite Court Lincoln Street Oak to Chestnut Oak to Carlsbad Blvd. Lighthouse Road Linda Lane Lin mar Lane Llsmore Place Live Oaks Drive Llama Court Llama Street Lobelia Court Locust Avenue Loganberry Drive LokerAve East Loker Ave West Loma Court LomaLaguna Drive Loma Way Long Place Longfellow Road Longport Road Longview Drive Lonicera Street Los Manos Road Los Plnos Circle Los Pinos Drive Los Robles Drive Lotus Court Lowder Lane Lucia Court 1st and 3rd Wednesday 1st and 3rd Thursday 2nd and 4th Tuesday 1st and 3rd Wednesday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Thursday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Tuesday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Tuesday Private 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Tuesday 2nd and 4th Monday Renamed 1st and 3rd Thursday 1st and 3rd Fridays Renamed 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Tuesday 1st and 3rd Friday Renamed 1st and 3rd Monday Luciernaga Court Luclemaga Place Luciernaga Street Lynch Court Lyons Court MacArthur Avenue Macadamia Drive Madera Court Madison Street Madrilena Way Maezel Lane Magnolia Avenue 1-5 to Roosevelt Pio Pico to Monroe Majano Place Malachite Place Mallee Street Mallei Street Mallorca Place Mallow Court Managua Place Manzanita Street Manzano Drive Maple Avenue Mar Azul Way Marca Place Marcasite Place Margaret Way Marguerite Lane Maria Lane Marina Drive Mariposa Road Maritime Drive Marjorle Lane Mark Circle Marmol Court Marquita Place Marron Road Jefferson to ECR ECR to Avenida de Anita Martingale Court Masters Road Mateo Place 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Thursday 2nd and 4th Wednesday 2nd and 4th Tuesday 1st and 3rd Monday 1st and 3rd Tuesday 1st and 3rd Monday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Wednesday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Tuesday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Wednesday 1st and 3rd Thursday 2nd and 4th Friday 1st and 3rd Monday Every Monday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Monday 1st and 3rd Monday Mayfair Court McCauley Lane McKinley Street Meadowlark Lane Medford Court Melrose Drive Palomar Airport Road to Faraday Avenue Merlin Drive Merlo Court Mermaid Drive Men/in Drive Metropolitan Street Mlddleton Drive Mllano Drive Milford Place Mlllay Court Mimosa Drive Mimosa Lane Mission Estancia Mission Estancia West Monroe St Marron Rd to Chestnut Ave Chestnut Ave to Sunnyhill Montecito Drive Morada Street Morning Glory Lane Mountain View Drive Muirfields Drive (East of Keen eland Drive) Muslo Lane Naples Court Navarra Drive Navigator Circle Navigator Court Neblina Drive Park to Hillside Hillside to Highridge Neptune Drive Newshire Street Newton Drive Nighthawk Court Nightshade Road Nob Hill Drive 1st and 3rd Thursday 1st and 3rd Wednesday 1st and 3rd Wednesday 1st and 3rd Wednesday 1st and 3rd Thursday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Monday 2nd and 4th Friday 2nd and 4th Thursday 1st and 3rd Thursday 2nd and 4th Thursday 2nd and 4th Monday 1st and 3rd Friday 2nd and 3rd Friday Renamed Renamed 1st and 3rd Wednesday 2nd and 4th Wednesday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Thursday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday Normandy Lane Nueva Castilla Way Nutmeg Way Oak Avenue Pio Pico to east end Carlsbad Blvd to 1-5 Obeiisco Circle Obellsco Court Obelsico Place Ocean Street Olive Avenue Olive Drive Olivenhaln Road Olympia Drive Onda Place Orchid Way Orion Street Orion Way Osuna Drive Oviedo Place Owens Avenue Oxford Street Pacific Avenue Pacific Rim Drive Palacio Drive Palacio Court Palenque St Palisades Drive Palm Avenue Plo Pico to Adams Madison to 1-5 Palmar Court Palmer Way Palomar Airport Road Palomar Oaks Way Pamplona Way Pannonia Road Park Court Park Drive Valencia St to Via Marts Adams to Valencia St Adams to Tamarack Partridge Place 1st and 3rd Tuesday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Tuesday 1st and 3rd Tuesday Renamed 2nd and 4th Monday 1st and 3rd Thursday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Wednesday Renamed 1st and 3rd Monday 2nd and 4th Wednesday 1st and 3rd Thursday 1st and 3rd Tuesday Renamed 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Wednesday 2nd and 4th Wednesday 1st and 3rd Tuesday 2nd and 4th Wednesday 2nd and 4th Wednesday Every Monday 2nd and 4th Wednesday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Monday 2nd and 4th Tuesday 1st and 3rd Friday Pascal Court Paseo Alameda Paseo Alfso Paseo Airoso Paseo Almendro Paseo Ancho Paseo Arrayan Paseo Aspada Carrillo Way to north end Paseo Avellano Paseo Capuchina Paseo Carreta Paseo Corono Paseo Aspada to north end Paseo d el Norte Cannon to PAR PAR to Poinsettia Paseo Esmerado Paseo Estribo Paseo Frontera Xana to South End Paseo Herrnosa Paseo Jaquita Paseo Membrillo Paseo Monona Paseo Palero Paseo Saucedal Paseo Tapajos Paseo Taxco Paseo Tesoro Paseo Tienda Paseo Tulfpero Paseo Valente Paseo Valindo Pasteur Court Pendon Court Pentas Court Perdiz Street Persa Street Petunia Place Picadilly Court Pine Avenue Carlsbad Blvd to 1-5 2nd and 4th Wednesday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Friday Every Tuesday 1st and 3rd Friday 2nd and 4th Monday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Monday 2nd and 4th Friday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Wednesday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Thursday 1st and 3rd Tuesday Pio Pico to Highland Pintoresco Court Pio Pico Drive Chestnut to north end Chestnut to Tamarack Piovana Court Piragua Street Pirineos Way Placido Court Plateau Place Playa Road Plazuela Street Plum Tree Road Poinsettia Lane Point Reyes Court Polly Lane Pontiac Drive Ponto Drive Poppy Lane Porta Place Priestly Drive Primavera Way Primrose Way Promontory Place Pueblo Street Pyrus Place Quebrada Circle Quebrada Court Quinta Street Quitasol Street Raintree Drive Rana Court Rancho Arroba Rancho Bravado Rancho Carrizo Rancho Companero Rancho Del Cannon Rancho Famosa Rancho La Presa Rancho Latigo Rancho Miel Carrillo Way to Paseo Corono Rancho Monona 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Wednesday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Wednesday 1st and 3rd Thursday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Wednesday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Thursday 1st and 3rd Monday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Tuesday 1st and 3rd Monday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday Ranch o Quatillo Rancho Santa Fe Road Ratcllff Road Recodo Court Redwood Avenue Refugio Avenue Regatta Road Remsen Court Reposado Drive Represa Circle Retire Street Ridge Court Ridgecrest Drive Rill Court Robinea Drive Roble Place Rocio Street Rock Dove Rockfield Court Rockrose Terrace Rocoso Lane Rogue Isle Court Romeria Street Roosevelt Street Rose Drive Rosemary Avenue Royal Drive Rustico Drive Rutherford Road Sacada Circle Saddle Drive Saliente Way Salisbury Drive Salk Avenue Saltaire Way San Bristo Way San Clemente Sandalwood Lane Sanderling Court Sandpofnt Court Sandra Place Sandstone Way Sandy Place 2nd and 4th Friday 2nd and 4th Monday 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Tuesday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Monday Renamed 2nd and 4th Thursday 1st and 3rd Wednesday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Friday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Monday 2nd and 4th Tuesday 1st and 3rd Monday 1st and 3rd Tuesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Tuesday 1st and 3rd Monday 2nd and 4th Wednesday 1st and 3rd Monday 2nd and 4th Thursday 1st and 3rd Monday 1st and 3rd Thursday 2nd and 4th Wednesday 1st and 3rd Friday 1st and 3rd Monday not in Thomas Guide 1st and 3rd Wednesday 1st and 3rd Friday 2nd and 4th Thursday Renamed 2nd and 4th Thursday 1st and 3rd Wednesday Santa Clara Way Santa Isabel Street Santolina Way Sara Way Sausalito Avenue Savannah Lane Schooner Way Scott Drive Sea Bluff Circle Sea Bright Drive Sea Bright Place Sea Horse Court Seashell Court Sea Lion Place Sea Otter Place Seabrook Drive Seabury Street Seacrest Drive Seaport Place Seascape Drive SeavlewWay Segovia Court Segovia Way Sequoia Avenue Sereno Court Serrano Court SevlllaWay Shale Court Shasta Place Shawn Court Shelly Place Shore Drive Sierra Morena Avenue Slmsbury Court Sltio Abeto Sitio Abridor Sltio Baniano Sltio Baya Sltio Borde Sitio Calmar Sitio Catana Sitio Caucho Srtio Coco 1st and 3rd Thursday 2nd and 4th Friday Not built 1st and 3rd Wednesday 1st and 3rd Thursday 1st and 3rd Friday 2nd and 4th Tuesday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Tuesday 2nd and 4th Tuesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday Renamed 2nd and 4th Thursday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Wednesday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Tuesday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Wednesday 2nd and 4th Monday 2nd and 4th Tuesday 1st and 3rd Thursday 2nd and 4th Thursday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday Sitio Fresca Sitio Fresno Sitlo Granado Sitio Lirfo Sitio Mirto Sitio Musica Sitio Nispero Sitio Olmo Sitio Peral Sitio Playa Sitio Redonda Sitio Sabrosa Sitio Solana Sitio Vaquero Sitio Tejo Skyline Drive Skysail Avenue Slippery Hills Lane Snapdragon Drive Snipe Court Snowdrop Way Socorro Lane Solandra Drive Solano Street Sombrosa Place Sombrosa Street Songbird Avenue Sonora Court Sorrel Court Southampton Road Spanish Way Spar Court Sparrow Road Spencer Lane Spokane Way Spoonbill Lane Spruce Street Spyglass Court St. George Court St. James Court Stanford Street Starling Court State Street 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday Not built 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Wednesday Renamed Renamed 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Friday 1st and 3rd Thursday 1st and 3rd Friday 1st and 3rd Thursday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Monday 1st and 3rd Thursday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Wednesday 1st and 3rd Thursday 1st and 3rd Wednesday 2nd and 4th Monday 1st and 3rd Friday Mon., Wed., Fit, weekly Steinbeck Court Stella Maris Lane Steven Circle Stillwater Court Stirling Avenue Stockton Place Stoneridge Road Strata Drive Stratford Lane Stromberg Circle Subida Terrace Sugar Pine Road Summerwind Place Sunburst Road Sunflower Way Sunnyhill Drive Sunrise Circle Surfside Lane Surf Bird Circle Sutter Street Swift Place Sycamore Avenue Syme Drive Talus Way Tamarack Avenue Carlsbad Blvd. to 1-5 I-S to Sunnyhill (south side) 1-5 to Sunnyhill (north side) ECR to Glasgow Harwich Dr to College Blvd Tea Tree Street Telescope Avenue Tern Place Terraza Disoma Terrace Place Thames Way Thrasher Place Tiburon Avenue Tierra del Oro Street Tolkien Way Topeka Street Topmast Drive Torrejon Place 2nd and 4th Wednesday 2nd and 4th Tuesday 1st and 3rd Thursday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Thursday 1st and 3rd Monday Private 2nd and 4th Monday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Wednesday 2nd and 4th Tuesday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Thursday Not built 1st and 3rd Tuesday 2nd and 4th Tuesday 2nd and 4th Thursday Every Tuesday Every Tuesday Every Tuesday Every Tuesday 2nd and 4th Thursday 1st and 3rd Friday 2nd and 4th Wednesday 1st and 3rd Friday 2nd and 4th Monday 2nd and 4th Thursday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Thursday 2nd and 4th Tuesday 2nd and 4th Wednesday 1st and 3rd Thursday 1st and 3rd Friday 1st and 3rd Monday Torreyanna Circle Towhee Lane Trafalgar Lane Trigo Lane Trieste Drive Truesdell Lane Tule Court Tulip Way Tuolumne Place Turnstone Road Turtle Street Twain Avenue Tyler Street Unicornio Court Unicornfo Place Unicornio Street Unicornio Way Urubu Street Valencia Avenue Valewood Avenue Valley Place Valley Street Buena Vista Wy to Chestnut Chestnut to Tamarack Van Allen Way Vancouver Street Velero Court Venado Street Verde Avenue Vermarine Court Veronica Court Via Adelea Via Arce Via Arequlpa Via Calendo Via Chica Via Conquistador Via Coslosa Via Emerado Via Ensenada Via Feliz Via Hinton Via Huja 1st and 3rd Friday 1st and 3rd Friday 1st and 3rd Thursday 1st and 3rd Monday 1st and 3rd Thursday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Tuesday 1st and 3rd Thursday 1st and 3rd Friday 1st and 3rd Wednesday 2nd and 4th Wednesday 1st and 3rd Tuesday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Friday 2nd and 4th Thursday 1st and 3rd Thursday 1st and 3rd Wednesday 1st and 3rd Wednesday 2nd and 4th Wednesday 2nd and 4th Wednesday 2nd and 4th Thursday Renamed 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Friday 1st and 3rd Monday 1st and 3rd Monday 2nd and 4th Thursday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Friday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Monday 2nd and 4th Thursday 1st and 3rd Monday Via Ipanema Via Largo Via Los Santos Via Marta Via Mirador Via Opuntia Via Orlllla Via Pepita Via Romaza Via San Clemente Via Teca Vianda Court Victoria Avenue Viejo Castilla Way Village Green Drive Vireo Court Vispera Place Vista Acedera Vista Canela Vista Chaparrel Vista Guyaba Vista Higuera Vista La Nisa Vista Nuez Vista Raima Vistosa Place Vuelta Court Walnut Avenue Washington Street Grand to Beech St Oak to CVD Waterbury Way Wayfinders Court Weatherly Road West Cliff Court West Oaks Way Westhaven Drive Westwood Drive Whimbrel Court Whitesail Street Whitesands Court Whitey Drive Whitman Way 2nd and 4th Monday 2nd and 4th Monday Renamed 2nd and 4th Thursday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Monday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Thursday 1st and 3rd Monday 2nd and 4th Friday 1st and 3rd Friday 2nd and 4th Friday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st and 3rd Monday 1st a,nd 3rd Monday 1st and 3rd Tuesday 1st and 3rd Wednesday 1st and 3rd Tuesday 2nd and 4th Thursday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Friday 2nd and 4th Wednesday 2nd and 4th Wednesday 1st and 3rd Wednesday 1st and 3rd Friday 1st and 3rd Friday 2nd and 4th Thursday 2nd and 4th Tuesday 2nd and 4th Wednesday 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 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 Exhibit "A" Appendix B Inspection Rating System For use by City of Carlsbad Contract Administrator Refer to Section item 4.02 SITE: El Camino Real "Appendix B" CITY OF CARLSBAD STREET SWEEPING SERVICES BID NO. 11-03 INSPECTION RATING FORM INSPECTOR: Clay Dobbs Possible Previous Rating This Category Description Points Period Period No observable trash or litter on street Dust control measures in effect Sweeping Speed per Specifications Sweeping Performed on Scheduled Day Sweeping Hours (Time of Day) per Specifications GPS System Operational Personnel in Proper Uniforms Vehicles Marked as Required Rating Totals Deduction Percent 25 10 10 10 15 10 10 10 100 22 10 9 10 15 10 10 5 91 23 10 9 10 15 10 10 5 92 Deduction Percent Adjusted Payment Formula Monthly Payment Deduction Amount Adjusted Monthly Payment 3 0.03 $1,181.04 $35.43 $1,145.61 Deduction Amount Adjusted Monthly Payment $177.16 $1,003.88 Street Sweeping Services 08/11/2011 CITY OF CARLSBAD STREET SWEEPING SERVICES CONTRACTOR EQUIPMENT AND PERFORMANCE BID NO. 11-03 INSPECTION RATING FORM SITE: GENERAL DUTIES INSPECTOR: Clay Dobbs Possible Previous Rating This Category Description Points Period Period Safety Knowledge of Contract Requirements Staffing Equipment & Vehicles Performance of Additional Work Observation and Reporting Emergency Response Response to Requests Office and Communications Invoicing Schedule and Reports Meeting Preparation and Attendance Administrative Support Supervision of Operations Rating Totals Deduction Percent 8 6 9 7 7 6 8 8 7 6 7 6 7 8 100 8 6 8 7 7 6 7 6 7 6 7 6 7 8 96 8 6 8 7 7 6 7 6 7 6 7 6 7 8 96 0 Deduction Percent Adjusted Payment Formula Monthly Payment Deduction Amount Adjusted Monthly Payment 0 0.00 $1,181.04 $0.00 $1,181.04 Street Sweeping Services 08/11/2011 Exhibit "A" Appendix C Service Frequencies and Hours of Operation Refer to Section items: 1.02 2.01 10.01 13.03 "Appendix C" CITY OF CARLSBAD STREET SWEEPING SERVICES BID NO. 11-03 SERVICE FREQUENCIES AND HOURS OF OPERATION 21.00 FREQUENCIES. DAYS. AND HOURS OF OPERATION 21.01 All sweeping operations are to conform to Sections 2.0 and 20.00. A sample estimated schedule is attached as Appendix "A" titled "City of Carlsbad - Street Sweeping Schedule". The CONTRACTOR may request a deviation from the suggested schedule with the exception of the specifically required sweeping schedules listed in this section and the attachments thereto which are incorporated into this Contract by reference. If the CONTRACTOR requests a deviation from any schedules, a written request must be submitted to the CONTRACT ADMINISTRATOR. An electronic schedule detailing all sweeping operations must also be submitted in the format of the current schedule or schedules. The CONTRACT ADMINISTRATOR will review the CONTRACTOR'S proposed operations schedule and shall return it to the CONTRACTOR within 15 Working Days, marked Accepted, Make Corrections Noted, Revise and Re-submit or Rejected. 21.02 Major Streets except for Medians, (See Section 21.04 For Median Frequencies: Unless specifically altered elsewhere in this section, the following areas are to be swept from 4:00 am to 7:00 pm: • El Camino Real from Haymar Drive to the southern city limits • Palomar Airport Road from Carlsbad Boulevard to the eastern city limits • La Costa Avenue from InterstateS to Rancho Santa Fe Road • Paseo del Norte from Cannon Road to Palomar Airport Road • Tamarack Avenue from Carlsbad Boulevard to Carlsbad Village Drive • Marron Road from Highway 78 to El Camino Real • All bike lanes on Carlsbad Boulevard, from north city limits to south city limits, to be swept northbound and southbound one time per week (on Fridays) with a broom-type sweeper. • Seawall 21.03 Village Area: Unless specifically altered elsewhere in this section, the following areas are to be swept from 3:00 AM to 5:00 AM (Posted) in the areas shown on the attached map tiled "Downtown Village Sweeping Areas": • Downtown Village Area Street Sweeping Services 08/11/2011 See Appendix "A" 21.04 Medians: Unless specifically altered elsewhere in this section, the following areas are to be swept from 7:00 am to 7:00 pm: • All open striped center medians (in their entirety) • All raised curb medians 21.05 Residential and Commercial Streets: Unless specifically altered elsewhere in this section, the following areas are to be from 7:00 am to 7:00 pm: • All residential and commercial streets (Public) • All alleys • Coastal Rail Trail • See Appendix "A" 21.06 Streets Currently Posted "NO PARKING": Unless specifically altered elsewhere in this section, the following areas are to be swept according to the above listed maintenance frequencies during the hours listed on Appendix "A" titled "Current Posted "No Parking" Areas. 21.07 Parking Lots in Commercial and Industrial Areas: Unless specifically altered elsewhere in this section, the following areas are to be swept according to the maintenance frequencies listed in Appendix "A" titled "City of Carlsbad Parking Lots and Sweeping Frequencies" during off-peak parking hours (Prior to 7:00 am). 21.08 Parking Lots in Residential Areas: Unless specifically altered elsewhere in this section, the he following areas are to be swept according to the maintenance frequencies listed in Appendix "A" titled "City of Carlsbad Parking Lots and Sweeping Frequencies" between the hours of 7:00 am and 7:00 pm: • Calavera Hills Trailhead • Hidden Canyon Park • La Costa Canyon Park • Wickham Way Street Sweeping Services 08/11/2011 Exhibit "B" CleanStreet Cleaning Your Environment STREET SWEEPING SERVICES EXCLUSIVELY FOR CITY OF CARLSBAD JULY 6,2O11 1937 W. 169th Street Gardena, CA 90247 (800)225-7316x108 TABLE OF CONTENTS SECTION BID COVER SHEET 1 COST SHEETS 2 • BID SCHEDULE A • BID SCHEDULE B n CONTRACTOR'S STATEMENT OF EXPERIENCE & FINANCIAL RESPONSIBILITY 3 CONTRACTOR'S ORGANIZATION 4 ' I CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE SERVICES 5 H CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE ADDED OFFERINGS 6 CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS 7 [I EXHIBIT B - CONTRACTOR'S WORK FORCE 8 EXHIBIT C - LISTING OF SUBCONTRACTORS 9 -" EXHIBIT D - CONTRACTOR'S EQUIPMENT 10 J (800)225-7316x108CleanStreet ! 1937 w.i 69th street CL.nlng Vour Envlronm.nt 00^603, CA 90247 t! D I J 3 J J BID COVER SHEET CONTRACTOR'S BID TO PROVIDE SERVICES Bid No. 11-03 In compliance with the REQUEST FOR BID, Bid No. 11-03, the undersigned hereby agrees to furnish all labor, materials, and equipment to perform the services in the proposed CONTRACT, which is enclosed herewith; and to do so in strict accordance with the provisions of the proposed CONTRACT. ENCLOSURES: A. A REQUEST FOR BID, dated and signed by the CONTRACTOR; B. The proposed CONTRACT with attached exhibits prepared on the CITY'S form, dated and signed by the CONTRACTOR; and C. Addenda: The undersigned CONTRACTOR declares that the only persons or parties interested in this BIO as principals are those named herein; that the BID is made without collusion with any other person, firm, or corporation; that CONTRACTOR has carefully examined the locations therein referred to; and CONTRACTOR proposes, and agrees if this BID is accepted, that CONTRACTOR will execute a Contract with the City of Carlsbad in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified in the Contract documents according to the requirements of the City of Carlsbad as set forth; and that the CONTRACTOR will take as payment at the unit prices described in the Contract documents, as payment in full for the performed scope of work. The undersigned 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 consultants that are included in this CONTRACT. SIGNATURE OF CONTRACTOR This document is signed by an individual clearly authorized to bind the CONTRACTOR. CONTRACTOR: CleanStreet ADDRESS:1937 w-169th Street, Gardena, CA 90247 PHONE: (80°) 225-7316 x108 bv* ff\ I 9 s*l A JiJ J j* -n A S\ Sf htlw 1 9fi1 "\ r "- Secretary SIGN "v DATE TITLE STREET SWEEPING SERVICES BID SCHEDULE "A" Please note that the numbers listed in the "Quantity and Units" category of the matrix below are estimates only for bid comparison only.* All residential areas to be swept ONE time per month, arterials to be swept TWO times per month, Seawall and Rail Trail TWO times per month, parking lots and alleys ONE time per month. This matrix is used for minimal street sweeping requirements Bid item No. 1. 2. 3. 4. 5. Description Street Sweeping Services Parking Lot Sweeping Services Seawall Sweeping Services Coastal Rail Trail Sweeping Services Special Sweeps •Estimated Quantity and Units Approximately 800 Curb Miles per Month* (•Estimated) 1.150.000 Square Foot per Month' (•Estimated) TWO (2) Sweeps per Month* (•Estimated) Two (2) Sweeps per Month* (•Estimated) Between 5 and 40 Hours per Year* (•Estimated) Unit Price $ 16.50 Per Curb Mile . .00049$ Per Square Foot .180.00,, Per Sweeping Occurrence ,65.00^ Per Sweeping Occurrence $75.00 Per Hour Extended Monthly Total 13,200.00 $ $ 563.50 $ 380.00 , 130.00$ X12 X12 X12 X12 X40 •ESTIMATED EXTENDED ANNUAL TOTALS OF BID ITEMS 1-5 Extended Annual Total 158,400.00$ 6,762.00$ . , .4,560.00» 1 ,560.00S e 3.000.0O$, , ,.,_ 174,282.00 0 I STREET SWEEPING SERVICES BID SCHEDULE "B" 0 I 0 0 J D Q U Please note that the numbers listed in the "Quantity and Units" category of the matrix below are estimates only for bid comparison only/ All residential areas to be swept TWO times per month, arterials to be swept FOUR times per month, Seawall and Rail Trail FOUR times per month, parking lots and alleys TWO time per month. This matrix is used for maximum street sweeping requirements Bid Item No. 1. 2. 3. 4. 5. Description Street Sweeping Services Parking Lot Sweeping Services Seawall Sweeping Services Coastal Rail Trail Sweeping Services Special Sweeps •Estimated Quantity and Units Approximately 1800 Curb Miles per Month* (•Estimated) 2.500.000 Square Foot per Month* (•Estimated) FOUR (4) Sweeps per Month* {*Estimated) FOUR(4) Sweeps per Month* ('Estimated) Between 10 and 80 Hours per Year* (•Estimated) Unit Price , 12.49 Per Curb Mile . .00041 T Per Square Foot J 65.00 A$ x4 Per Sweeping Occurrence .41.50,. Per Sweeping Occurrence $75.00 Per Hour Extended Monthly Total 22,482.00 S 1,025.00S $ 660.00 . 166.00$ X12 X12 X12 X12 X80 •ESTIMATED EXTENDED ANNUAL TOTALS OF BID ITEMS 1-5 Extended Annual Total 269,784.00 12,300.00$ 7,920.00$ ., 1,992.00 S 6,000.00S , 297,996.00 U The actual payments made to the CONTRACTOR will be based on the CONTRACTOR'S actual work performed for the CITY consistent with the terms and conditions of the contract documents, CITY has a right to control frequencies of sweeps and may be different from the extended total costs estimated above. Schedule "A" Annual Total Amount of Bid including items 1 - 5 in wofds: One hundred seventy-four thousand, two hundred eighty-two dollars and no cents • Schedule "A" Annual Total amount of Bid including items 1- 5 in -| numbers: $174,282.00 I Schedule "B" Annual Total Amount of Bid including items 1 - 5 in words- Two hundred ninety-seven thousand, nine hundred ninety-six dollars and no cents I ~" : Schedule "B" Annual Total amount of Bid including items 1- 5 in J numb*,.: ,297.996.00 Price(s) given above are firm for 360 calendar days after date of bid opening. . I Addendum Addendum(a) No(s). ;^ has/have been received and is/are included in J this bid. a OPENED, WITNESSED AND RECORDED: J A \ I 1 J CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY Bid No. 11-03 In submitting this BID, the CONTRACTOR represents that CONTRACTOR has a demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the proposed CONTRACT in a manner that is satisfactory to the CITY. The CONTRACTOR represents that CONTRACTOR'S financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, and experience in dealing with public agencies all suggest that the CONTRACTOR is capable of performing the proposed CONTRACT and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. In support of these representations, CONTRACTOR shall set forth in herein: A. Copies of the latest Annual Report, audited financial statements or balance sheets may be submitted under separate cover marked "CONFIDENTIAL." Please See Attached J J J J y 3 1 I ] J J J Page 2 CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY (Continued) B. The names, addresses, and telephone numbers of four references for which the CONTRACTOR has performed, within the past five years, services that are similar in nature and scope to those described herein (please do not include the City of Carlsbad as a reference). 1 c'ty of Vista, 600 Eucalyptus Avenue, Vista. CA 92084 NAME AND ADDRESS OF REFERENCE jfeSg»SB^EmSE^(760) 726-1340 x1352-£ i/>? NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $168,552 (annual) Street Sweeping on-going CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 2 City of Poway, PO Box 789, Poway, CA 92074 NAME AND ADDRESS OF REFERENCE Terry Zaragoza (858) 668-4722 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $111,826 (annual) Street Sweeping on-going CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED City of La Mesa, 8130 Allison Avenue, La Mesa, CA 919443. NAME AND ADDRESS OF REFERENCE David Leisberg (619) 954-5441 4. NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $127,131 (annual) Street Sweeping on-going CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED City of Imperial Beach, 825 Imperial Beach Blvd., Imperial Beach, CA 91932 NAME AND ADDRESS OF REFERENCE John Snyder (619) 287-3532 NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT $46,759 (annual) Street Sweeping on-going CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED I J fl J Page 3 CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY (Continued) C. Holder's names, licenses or certifications, license or certification numbers and expiration dates, for holders of Contractor's License, and other pertinent documents. NAPSA MSA - San Diego Chapter •1 MSA - Los Angeles / Orange County Chapter U CONTRACTOR may attach additional pages, if needed. Label any such pages "STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - Additional Information" along with the appropriate title(s) corresponding to this form. 1 I j STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION A. Copies of t;he latest Annual Report, audited financial statement? or balance sheets; See following pages. I (800)225-7316x108CleanStreet i 1937 w.i69th street Cl..nlng Your Eiwlronm.nc 63^6(13, CA 902^7 1 CLEANSTREET, INC. y FINANCIAL REPORT For the years ended December 31,2010 and 20091 I j j TABLE OF CONTENTS Independent accountants' review report n Financial statements: Balance sheets (Statements of income and retained earnings Statements of cash flows Notes to financial statements d 0 J 0 1 I J n 0 U a o G U M B I N E R ; SAVETT INC y CERTIFIED PUBLIC ACCOUNTANTS & BUSINESS ADVISORS Santa Monica, California Independent Accountants' Review Report The Board of Directors CleanStreet, Inc. Gardena, California We have reviewed the accompanying balance sheets of CleanStreet, Inc. (the "Company") as of December 31, 2010 and 2009, and the related statements of income and retained earnings, and cash flows for the years then ended. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management is responsible for the presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance that there are no material modifications that should be made to the financial statements. We believe that the results of our procedures provide a reasonable basis for our report. Based on our reviews, with the exception of the matter described in the following paragraph, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. As disclosed in Note 10, the Company has not performed a test to determine whether consolidation of variable interest entities is required under Financial Accounting Standards Board Accounting Standards Codification 810, Consolidation. Accounting principles generally accepted in the United States of America require the primary beneficiary of a variable interest entity to consolidate the entity and also require majority and significant variable interest investors to provide certain disclosures. The effects on the financial statements of the preceding practice are not reasonably determinable. June 14, 2011 CLEANSTREET.INC. BALANCE SHEETS December 31,2010 and 2009 ASSETS 2010 2009 I CURRENT ASSETS Cash Accounts receivable, net of allowance for doubtful accounts of $9,000 in 2010 and 2009 Fuel tax credit receivable Prepayments and other current assets TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT, at cost, net of accumulated depreciation RESTRICTED CASH TOTAL ASSETS LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITffiS Note payable, bank Current portion of long-term debt Accounts payable and accrued expenses TOTAL CURRENT LIABILITIES LONG-TERM DEBT COMMITMENTS STOCKHOLDER'S EQUITY Common stock, no par value; Authorized, 100,000 shares; Outstanding, 1,000 shares Additional paid-in capital Retained earnings TOTAL STOCKHOLDER'S EQUITY TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 445,241 $ 1,792,404 357,700 172,921 2,768,266 4,027,828 25,404 $ 6,821,498 $ EQUITY $ 400,000 $ 1,138,858 749,734 2,288,592 2,591,389 903,735 1,962,834 332,043 208,705 3,407,317 4,662,263 25,367 8,094,947 430 1,173,277 939,941 2,118,648 3,275,874 1,000 243,734 1,696,783 1,941,617 $ 6,821,498 $ 1,000 243,734 a,46Q,691 2,705,425 &. 094,947 See accompanying independent accountants' review report and notes to financial statements, CLEANSTKEET, INC. STATEMENTS OF INCOME AND RETAINED EARNINGS For the years ended December 31, 2010 and 2009 REVENUE 2010 2009 $ 15,222,133 $ 16,548,835 0 1 g 3 J J OPERATING EXPENSES Debris costs Depreciation Employee and related costs Fuel Insurance Interest Outside services Rent Repairs and maintenance Other TOTAL OPERATING EXPENSES INCOME BEFORE TAXES ON INCOME TAXES ON INCOME J NET INCOME RETAINED EARNINGS - BEGINNING OF YEAR DIVIDENDS RETAINED EARNINGS - END OF YEAR 934,828 1,240,291 6,509,231 1,401,163 723,677 233,449 347,049 476,235 1,891,671 772,708 14,530,302 1,095,984 1,196,533 6,550,711 1,274,973 768,078 258,665 368,183 612,983 1,733,159 798,436 14,657,705 691,831 1,891,130 8,686 22,000 683,145 1,869,130 2,460,691 1,436,479 (1,447,053) (844,918) $ 1,696,783 $ 2,460,691 See accompanying independent accountants' review report and notes to financial statements. CLEANSTREET, INC. STATEMENTS OF CASH PLOWS For the years ended December 31,2010 and 2009 1 il 1 I CASH FLOWS FROM OPERATING ACTIVITIES: Net income Adjustments to reconcile net income to net cash provided by operating activities: Depreciation Provision for doubtful accounts LOBS (gain) on sale of property and equipment Changes in operating assets and liabilities: Accounts receivable Fuel tax credit receivable Prepayments and other assets Restricted cash Accounts payable and accrued expenses Net cash provided by operating activities CASH FLOWS FROM INVESTING ACTIVITIES Property and equipment purchased Proceeds from sale of property and equipment Grants received Net cash used in investing activities CASH FLOWS FROM FINANCING ACTIVITIES: Net borrowings (repayments) on line of credit Dividends paid Payments on long-term debt Net cash used in financing activities NET CHANGE IN CASH CASH - BEGINNING OF YEAR CASH-END OF YEAR SUPPLEMENTAL CASH FLOW INFORMATION: Cash paid during the year for: Interest Income taxes NON-CASH INVESTING AND FINANCING ACTIVITIES: During the years ended December 31,2010 and 2009, the Company incurred long-term debt in the amount of $516,437 and $1,193,097, respectively, for the purchases of machinery and equipment. s $ $$ 2010 683,146 1,240,291 6,347 3,213 165,083 (25,657) 35,787 (37) (190,207) 1,916,966 (99,368) 5,733 (93,635) 399,570 (1,447,053) (1,234,341) (2,281,824) (468,494) 903,736 445,241 255,590 29,000 2009 $ 1,869,130 1,196,533 4,668 (44,781) (25,028) 248,365 (29,980) (85) (75,908) 3,142,914 (364,886) 67,466 250,000 (47,420) (649,670) (844,918) (1,076,008) (2,470,496) 624,998 278,737 $ 803,735 $ 259,141 $ 14,896 ] J See accompanying independent accountants' review report and notes to financial statements. a a i •i o j j CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS For the years ended December 31, 2010 and 2009 CleanStreet, Inc. (the "Company") is a California corporation primarily engaged in providing street and parking lot sweeping services in California. NOTE 1: SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Use of estimates: The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Accounts receivable: Accounts receivable are reported at the customers' outstanding balances less any allowance for doubtful accounts. Interest is not accrued on overdue accounts receivable. Allowance for doubtful accounts: The allowance for doubtful accounts on accounts receivable is charged to income in amounts sufficient to maintain the allowance for uncollectible accounts at a level management believes is adequate to cover any probable losses. Management determines the adequacy of the allowance based on historical write-off percentages and information collected from individual customers. Accounts receivable are charged off against the allowance when collectibility is determined to be permanently impaired. Depreciation: Depreciation is computed principally on straight-line and accelerated methods based on the estimated useful lives of the assets, generally as follows: Machinery and equipment 5-10 years Furniture and fixtures 5-7 years Computer equipment 3-5 years Grants: The Company receives grants from the California Air Quality Management Board ("AQMD") for the purchase of propane powered equipment. Due to the contingent nature regarding approval of grant requests, the grants are recorded in the year in which they are received and offset against the corresponding equipment. Grants received during the year ended December 31, 2009 amounted to $250,000. There were no grants received during the year ended December 31, 2010. (Continued) See accompanying independent accountants' review report. 0 I 0 D U CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31, 2010 and 2009 NOTE 1: SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (Continued) Long-lived assets: The Company reviews for the impairment of long-lived assets and certain identifiable intangibles whenever events or changes in circumstances indicate that the carrying amount of any asset may not be recoverable. An impairment loss would be recognized when the estimated undiscounted future cash flows expected to result from the use of the asset and its eventual disposition is less than the carrying amount. If an impairment is indicated, the amount of the loss to be recorded is based on an estimate of the difference between the carrying amount and the fair value of the asset. Fair value is based upon discounted estimated cash flows expected to result from the use of the asset and its eventual disposition and other valuation methods. Management has determined that there is no impairment in the carrying value of its long-lived assets as of December 31, 2010 and 2009. S corporation election: The Company and its stockholder have elected to treat corporate taxable income as income to its stockholder. Accordingly, federal and state income taxes are liabilities of the stockholder and not of the Company, except that California levies a 1.6% corporate tax on electing corporations. Revenue recognition: Revenue is recognized upon performance of services to the customer. Advertising costs: Advertising costs are expensed in the period during which the costs are incurred. Advertising costs for the years ended December 31, 2010 and 2009, amounted to approximately $31,000 and $41,000, respectively. NOTE 2: CONCENTRATIONS Cash:a a a o a The Company maintains cash at several banks. Non-interest bearing transaction accounts are insured by the Federal Deposit Insurance Corporation. Amounts on deposit in interest bearing accounts are insured up to $250,000, Customers and accounts receivable: A majority of the Company's contracts are with municipal governments in California. One customer accounted for 11% of the total accounts receivable as of December 31, 2009. There were no customers who individually accounted for more than 10% of the total accounts receivable as of December 31, 2010. See accompanying independent accountants' review report. CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31,2010 and 2009 NOTE 3: PROPERTY AND EQUIPMENT As of December 31, 2010 and 2009, property and equipment consisted of the following: fl 1 1 2010 Machinery and equipment Furniture and fixtures Computer equipment Sweeper retrofit in progress Less accumulated depreciation $13,224,590 66,714 79,452 13,370,756 9.342.928 $ 4.027.828 2009 $12,124,368 66,714 75,387 644.562 12,911,031 8.248.768 S 4.662.263 Sweeper retrofit in progress as of December 31,2009 represented costs incurred for retrofitting of sweepers. The related sweepers were put into service during 2010, at which time the total cost of retrofitting which amounted to $958,308 was reclassified to machinery and equipment. J 3 NOTE 4: NOTE PAYABLE, BANK The Company has entered into a credit agreement with a bank under which it may borrow up to $600,000 through June 1,2011. Interest is payable monthly at the bank's base rate, as defined, plus 0.75% per annum. All outstanding principal and accrued interest will be paid upon maturity, unless demand is made by the bank. Total borrowings under this note amounted to $400,000 and $430 at December 31,2010 and 2009, respectively. There is also a letter of credit facility available to the Company under which it may borrow up to $200,000. As of December 31,2010 and 2009, there were no outstanding letters of credit. Borrowings under this agreement are subject to certain financial covenants, and guaranteed by the Company's stockholder and a trust whose trustee is the Company's stockholder. As of December 31,2010, the Company was not in compliance with the financial covenants, and the bank has agreed to waive compliance with the financial covenants as of December 31, 2010. J See accompanying independent accountants' review report. CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31, 2010 and 2009 NOTE 5: LONG-TERM DEBT As of December 31,2010 and 2009, long-term debt consisted of the following: 2010 2009 I ] J ] J J Note payable,, bank, collateralized by substantially all assets of the Company, payable $47,718 per month including interest at a rate of 6.5% per annum through November 2013, unless demand is made by the bank. In addition, the Company must make a principal payment within 15 days in an amount equal to any grants received from AQMD, up to $570,000, associated with the underlying collateralized machinery and equipment. During 2009, the Company received grants amounting to $250,000, and accordingly repaid the principal. (1) $ 1,477,554 $ 1,936,242 Note payable, bank, collateralized by substantially all assets of the Company, under which the Company may borrow up to $960,000 until conversion to a term note. Borrowings under this note were used for retrofitting of equipment. The note matures on September 1, 2015 unless demand is made by the bank. Monthly interest-only payments were due beginning in January 2010 through September 2010 and monthly principal and interest payments in an amount sufficient to repay the principal from October 2010 through September 2015. Interest is charged at 6.5% per annum. (1) 892,030 644,562 Notes payable, bank, collateralized by substantially all assets of the Company, payable ranging from $13,629 to $18,225 per month, including interest at a rate of 6.5% per annum through December 2014, unless demand is made by the bank. (1) 978,773 1,462,000 (Continued) See accompanying independent accountants' review report. CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31, 2010 and 2009 1 1 NOTE 5: LONG-TEEM DEBT (Continued) Notes payable, banks, collateralized by machinery and equipment, payable in an aggregate amount of $18,361 per month, including interest at rates ranging from 3.9% to 7.8% per annum, through December 2014. Of this amount, $272,289 is guaranteed by the stockholder and a trust whose trustee is the Company's stockholder and is due on demand. Current portion Non-current portion 2010 2009 381,890 3,730,247 1,138,858 406,347 4,449,151 1,173,277 $ 2,591,389 $ 3,275,874 (1) It is management's belief that demand will not be made. Borrowings under these notes are guaranteed by the Company's stockholder and a trust whose trustee is the Company's stockholder. Maturities of long-term debt during the succeeding five years are approximately $L,138,900 (2011); $1,140,600 (2012); $893,500 (2013); $428,200 (2014); and $129,000 (2015). J 1 NOTE 6: EMPLOYEE BENEFIT PLAN The Company sponsors an employee benefit plan (the "Plan") for eligible employees. Eligibility begins after completion of 1,000 hours and one year of service. Under the Plan, the Company may contribute a discretionary amount to be held in trust and distributed in accordance with the provisions of the Plan. For the years ended December 31,201O and 2009, the Company did not make discretionary employer contributions. NOTE 7: COMMITMENTS J The Company leases its facilities in Gardena, California pursuant to agreements expiring through May 2013. The leases require additional payments for common area operating expenses. The lease for the Gardena facility contains an option to extend the term for five additional periods of five years each. The Company leases its office facility in Gard ena from a trust whose trustee is the Company's stockholder on a month-to-month basis (see note 10). See accompanying independent accountants' review report. (Continued) CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31, 2010 and 2009 NOTE 7: COMMITMENTS (Continued) The Company also leases vehicles pursuant to agreements expiring through July 2011. Minimum annual rental payments are approximately as follows: Year Ending December 31. 2011 2012 2013 Total $ 172,000 108,000 45.000 S 325.OQO Rent expense for the years ended December 31,2010 and 2009, amounted to approximately $ 476,000 and $ 613,000, respectively, including amounts charged by the Company's stockholder of approximately $63,000 for each of the years ended December 31, 2010 and 2009. J NOTES: RESTRICTED CASH The Company maintains certificates of deposit with various banks as security for performance of contracts with municipal governments. NOTE 9: TAXES ON INCOME The Company has applied the provisions of FASB ASC 740, Income Tax, which clarifies the accounting for uncertainty in tax positions. FASB ASC 740 requires the recognition of the impact of a tax position in the financial statements only if that position is more likely than not to be sustained on a tax return upon examination by the relevant taxing authority, based on the technical merits of the position. At December 31, 2010 and 2009, the Company had no uncertain tax positions and unrecognized tax benefits. The Company recognizes interest and penalties related to income tax matters in interest expense and operating expenses, respectively. As of December 31, 2010 and 2009, the Company had no accrued interest and penalties related to uncertain tax positions. The Company is subject to taxation in the state of California. The Company is no longer subject to income tax examinations by the state of California for years before 2006. The Company currently is not under examination by any taxing authority. J J See accompanying independent accountants' review report. (Continued) D 1 I a D y 0 a a CLEANSTREET, INC. NOTES TO FINANCIAL STATEMENTS (Continued) For the years ended December 31, 2010 and 2009 NOTE 10: CONSOLIDATION OF VARIABLE INTEREST ENTITIES FASB ASC 810, Consolidation, requires the primary beneficiary of a variable interest entity ("VIE") to consolidate the entity and also requires majority and significant variable interest investors to provide certain disclosures. A VIE is an entity in which the equity investors do not have a controlling interest, equity investors participate in losses or residual interests of the entity on a basis that differs from its ownership interest, or the equity investment at risk is insufficient to finance the entity's activities without receiving additional subordinated financial support from the other parties. The nature and amount of a related party lease entered into by the Company is disclosed in Note 7. The Company has not performed tests to determine whether consolidation of a VIE is required under FASB ASC 810. The effects of this departure from accounting principles generally accepted in the United States of America on financial position and results of operations are not reasonably determinable. NOTE 11: SUBSEQUENT EVENTS The Company has evaluated subsequent events through June 14,2011, the date on which the financial statements were available to be issued. There were no subsequent events noted that would require adjustment to or disclosure in these financial statements. j d See accompanying independent accountants' review report. STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION 0 3 I B. References: Account CITY OF LA CANADA FLINTRIDGE 1327 Foothill Blvd. La Canada, CA 91011 CITY OF CULVER CITY 9505 West Jefferson Blvd. Culver City, CA 90232 CITY OF HAWTHORNE 4455 W. 126th Street Hawthorne, CA 90250 RIVERSIDE COUNTY c/o Burrtec Waste Industries 1850 Agua Mansa Road Riverside, CA 92509 CITY OF CHINO HILLS 2001 Grand Avenue Chino Hills, CA 91709 CITY OF KERMAN 850 S. Madera Avenue Kerman, CA 93630-1799 CITY OF PARAMOUNT 16400 Colorado Avenue Paramount, CA 90723-5050 CITY OF MANHATTAN BEACH 1400 Highland Avenue Manhattan Beach, CA 90266 OLD PASADENA MANAGEMENT DISTRICT 33 East Union Street Pasadena, CA 91103 Contact Gonzalo Venegas (818)790-8882 Charles Herbertson (310) 253-6400 Rick Carver (310) 970-7955 Mike Rhodes - Burrtec (909) 275-6899 Sean O'Connor (909) 364-2855 Ron Manfredi (209) 846-9384 Chris Cash (562) 220-2106 Juan Price (310) 802-5309 Steve Mulhiem (626) 356-9725 Years Stnce 1985 to current 1990 to current 1991 to current 2002 to current 2001 to current 1995 to current 1995 to current 1995 to current 1996 to current CleanStreet Ci»«nma Your Environment (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION 0 n I 0 3 CITY OF DANA POINT 33282 Golden Lantern Dana Point, CA 92629 CITY OF SANGER 1700 Seventh Street Sanger, CA 93657-2898 CITY OF MORRO BAY 695 Harbor Street Morro Bay, CA 93442 CITY OF LOMA LINDA 25541 Barton Road Loma Linda, CA 92354 CITYOFWOODLAKE 350 North Valencia Woodlake, CA 93286 CITY OF HURON Box 339 Huron, CA 93234 CITY OF DUARTE 1600 Huntington Drive Duarte.CA 91010 HOLLYWOOD ENTERTAINMENT DIST. 7083 Hollywood Blvd., Ste. 304 Hollywood, CA 90028 CITY OF WOODSIDE 2955 Woodside Road Woodside, CA 94062 CITY OF IMPERIAL BEACH 825 Imperial Beach Blvd. Imperial Beach, CA 91932 Brad Fowler (949)337-0512 Eddie Villagomez (559) 647-0335 Frank Cunningham (805) 772-6261 Jarb Thaipej'r (909)799-4410 Ruben De Leon (559) 564-8055 Leo Placentia (559) 945-2241 Troy Wittenbrock (626) 357-7931 Kerry Morrison (323) 463-6767 Kent Dewell (650) 851-6790 John Snyder w/ Edco Disposal (619)287-3532 1996 to current 1996 to current 1996 to current 1997 to current 1998 to current 1998 to current 1998 to current 1999 to current 1999 to current 2000 to current J j QeanStreet Cleaning Your Environment (800) 225-7316 x108 1937 W. leg"1 Street Gardena, CA 90247 STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION 1 I J TOWN OF PORTOLA VALLEY 765 Portola Road Portola Valley, CA 94028 CITY OF CLAYTON 6000 Heritage Trail Clayton, CA 94517-1250 CITY OF ONTARIO 1425 S. Bon View Avenue Ontario, CA 91761-4406 CITY OF LA QUINTA 78-495 Calle Tampico La Quinta, CA 92253 CITY OF WEST HOLLYWOOD 8300 Santa Monica Blvd. W. Hollywood, CA 90069-6216 CITY OF AGOURA HILLS 30001 Ladyface Court Agoura Hills, CA 91301 PASADENA PLAYHOUSE DISTRICT 695 E. Colorado, Ste. 205 Pasadena, CA 91101 CITY OF PALM SPRINGS 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 CITY OF LA MESA 8130 Allison Avenue La Mesa, CA 91944-0937 COACHELLA VALLEY ASSOC. OF GOVERNMENTS 73-710 Fred Waring Dr., Ste. 200 Palm Desert, CA 92260 Howard Young (650)851-1700x14 Laura Hoffmeister (925) 673-7300 Dale Adcock (909) 395-2624 James Lindsay (760) 777-7051 Kevin Trudeau (323) 851-7269 Kelly Fisher (818) 597-7338 Erlinda Romo (626) 744-0340 Gary Grey (',.£.£• Veolia Water ""*""" (760)323-8166x114 David LeisbergJft" (619)954-5441^ Aurora Wilson 760-346-1127 2000 to current 2000 to current 2001 to current 2002 to current 2002 to current 2002 to current 2002 to current 2003 to current 2003 to current 2004 to current QeanStreet ClHnfno Vaur Environment (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION 0 1 I tl CITY OF INDIAN WELLS 44-950 Eldorado Drive Indian Wells, CA 92210-7497 CITY OF PALM DESERT 73-510 Fred Waring Drive Palm Desert, CA 92260-2578 CITY OF CATHEDRAL CITY 68-700 Avenida Lalo Guerrero Cathedral City, CA 92234 CITY OF RANCHO MIRAGE 69-825 Highway 111 Rancho Mirage, CA 92270 CITY OF CALABASAS 26135 Mureau Road Calabasas, CA 91302 CITY OF WESTLAKE VILLAGE 31200 Oakcrest Drive Westlake Village, CA 91361 CITY OF SIGNAL HILL 2175 Cherry Avenue Signal Hill, CA 90755-3799 CITY OF LOS ALTOS One North San Antonio Road Los Altos, CA 94022-3087 CITY OF LAWNDALE 4722 Manhattan Beach Blvd. Lawndale, CA 90260 COUNTY OF KERN 1115 Truxtun Avenue Bakersfield, CA 93301 Tim Wassil 760-346-2489 Carlos Hernandez 760-346-0611 Bill Bayne 760-770-0340 David Martin 760-770-3224 Charles Mink 818-878-4242 John Knipe 818-706-1613 Joshua Rosenbaum (562) 989-7300 Brian J. McCarthy (650) 947-2879 Marlene Miyoshi (310) 973-3265 Carol Cox (661) 868-3034 2004 to current 2004 to current 2004 to current 2004 to current 2004 to current 2004 to current 2004 to current 2005 to current 2005 to current 2005 to current J J QeanStreet (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 I J 0 J J STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION CITY OF INDIO 83-101 Avenue 45 Indio, CA 92201 CITY OF MALIBU 23815 Stuart Ranch Road Malibu, CA 90265 CITY OF GARDEN GROVE 11222 Acacia Parkway Room 2010 PO Box 3070 Garden Grove, CA 92842 CITY OF POWAY PO Box 789 Poway, CA 92074 CITY OF SOLANA BEACH 635 South Highway 101 Solana Beach, CA 92075 CITY OF VISTA 600 Eucalyptus Avenue Vista, CA 92084-6240 CITY OF HIGHLAND 27215 Base Line Highland, CA 92346 CITY OF COMPTON 205 S. Willowbrook Avenue Compton, CA 90220 CENTRAL HOLLYWOOD COALITION 7083 Hollywood Blvd., Ste. 304 Hollywood, CA 90028 COUNTY OF FRESNO 4525 E. Hamilton Avenue Fresno, CA 93702 j QeanStreet Cittnlng Your Environment Ben Salazar (760)347-1058 Richard Calvin (310)456-2489 Ext. 262 Mark Langley (714) 741-5055 Archie Penney (858) 668-4737 ^7/-ro^ / Lori Borowski (858) 720-2470 Brian Ambrose (760)726-1340x1352 Mike Arreguin (909) 429-4200 Robert Montgomery (310)605-5696 Sarah MacPhearson (323) 463-6767 Cathi J. Peters (559)456-7110 2006 to current 2006 to current 2006 to current 2006 to current 2006 to current 2006 to current 2006 to current 2006 to current 2007 to current 2008 to current (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 C I ] STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY - ADDITIONAL INFORMATION J CITY OF UPLAND 460 North Euclid Avenue, Box 460 Upland, CA 91785 LOS ANGELES COUNTY 14747 East Ramona Blvd. Baldwin Park, CA 91706 COUNTY OF LOS ANGELES Road Maintenance District 14747 East Ramona Boulevard Baldwin Park, CA 91706 CITY OF PATTERSON 1 Plaza Patterson, CA 95363 CITY OF FONTANA 16489 Orange Way Fontana.CA 92335 CITY OF COACHELLA 1515 Sixth Street Coachella, CA 92236 CITY OF BUENA PARK 8071 Page Street BuenaPark, CA 90622 Acquanetta Warren (909) 931-4240 Ray Martinez (626)337-1277 Burt Willis (626)337-1277 Robert Andrade (209)892-3215 Tony Mats (909) 350-6772 Linda Garza (760) 398-3502 Rudy Cisneros (714) 562-3703 2008 to current 2008 to current 2008 to current 2008 to Current 2008 to Current 2008 to Current 2008 to Current CleanStreet Cleaning Your Environment (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 1 I CONTRACTOR'S ORGANIZATION Bid No. 11-03 In submitting this BID, the CONTRACTOR represents that the CONTRACTOR has established an organization including an office or offices, communications, administrative staff, and the like; and that the CONTRACTOR'S organization is fully adequate to conform to the requirements of this BID. In support of these representations, CONTRACTOR shall set forth in herein: A. A description of the CONTRACTOR'S organization, showing basic relationship hierarchy and responsibilities, and including administrators, departments, managers, key support staff, supervisors, foremen, crew leaders, crews, and the like. Information provided below may be supplemented by attaching an organization chart. Please See Attached a j j J N J 0 0 Page 2 CONTRACTOR'S ORGANIZATION (Continued) B. Location, description, purpose, hours of operation, responsible contact person, phone number, and number of persons employed at the facility, for each of the CONTRACTOR'S offices, yards or other sites that may, in any way pertain to the performance of the requirements of this BID. t 1937 W. 169th Street, Gardena, CA 90247 ADDRESS OF OFFICE OF OTHER FACILITY Corporate Office DESCRIPTION AND PURPOSE OF THE FACILITY (e.g. "Shop - Equipment maintenance") Rick Anderson (800)225-7316 xios 118 T RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES 1 2. 72-163 North Shore Drive, Thousand Palms, CA 92276 ADDRESS OF OFFICE OF OTHER FACILITY Maintenance / Storage Yard DESCRIPTION AND PURPOSE OF THE FACILITY Rick Anderson (800) 225-7516 3, 4. RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES CleanStreet will lease a facility within or near the City of Carlsbad if awarded the contract. ADDRESS OF OFFICE OF OTHER FACILITY DESCRIPTION AND PURPOSE OF THE FACILITY RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES ADDRESS OF OFFICE OF OTHER FACILITY DESCRIPTION AND PURPOSE OF THE FACILITY RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES Q I D Page 3 CONTRACTOR'S ORGANIZATION (Continued) C. Name, title, primary location, and phone number for person primarily responsible for each of the following functions as they relate to the performance of the requirements of this BID: staffing (hiring, assignment, scheduling of staff, and the like). Work scheduling, materials procurement, equipment procurement, equipment maintenance, invoicing, and coordination of communications. 1 staffing Andrew Jacoby, Director of Operations Name and Title 1937 W. 169th Street, Gardena, CA 90247 Location Address (800)225-7316x101 Phone 2. work scheduling Andrew Jacoby. Director of Operations Name and Title 1937 W. 169th Street. Gardena, CA 90247 Location Address (800)225-7316x101 3. Materials Procurement j j Phone Chase Harris, Director of Fleet Maintenance Name and Title 1937 W. 169th Street, Gardena, CA 90247 Location Address (800)225-7316x105 Phone 4. Equipment Procurement Jere COStellO, Chief Executive Officer Name and Title 1937 W. 169th Street, Gardena, CA 90247 Location Address (800)225-7316x103 Phone I J 3 Page 4 CONTRACTOR'S ORGANIZATION (Continued) 5. Equipment Maintenance ChaSe HarrJS» Director °f Fleet Maintenance Name and Title 1937 W. 169th Street, Gardena, CA 90247 Location Address (800)225-7316x105 Phone 6. invoicing Nita Moran, Accounting Manager Name and Title 1937 W. 169th Street, Gardena, CA 90247 Location Address (800)225-7316x114 Phone D. A description of the CONTRACTOR'S current communications including: 1. method of communication with field personnel, response to emergencies, and the like; 2. communications equipment carried by field personnel or installed in vehicles. Cell phones __ GPS CONTRACTOR may attach additional pages, if needed. Label any such pages "CONTRACTOR'S ORGANIZATION - Additional Information" along with the appropriate title(s) corresponding to this form. The CONTRACTOR shall make the facilities and persons listed herein available for inspection and interview by the CITY during the BID PERIOD, and at any reasonable time at the CITY'S discretion throughout the term of the CONTRACT. CONTRACTOR'S ORGANIZATION - ADDITIONAL INFORMATION Rick Anderson, Director of Business Development Mr. Anderson is a graduate of USC and Southwestern University School of Law. He has been with the Company for 21 years and has played an integral role in developing new business and overseeing all facets of operations. Mr. Anderson's dedication to the Company has helped fuel continual growth and diversification into new areas which complement CleanStreet's primary role as a street sweeping contractor. Andrew Jacoby, Director of Operations 1 I Andrew Jacoby is the director of operations for CieanStreet and has been with the company since 2003. Mr. Jacoby oversees the Human Resources Department, and serves as the Company's risk manager. He has been instrumental in developing a state-of-the-art time and attendance system, in which data is transmitted through handsets and reconciled by complex GPS tracking software installed in CleanStreet's vehicles and handsets. Andrew is also responsible for claims management and is the driving force behind CleanStreet's constant emphasis on safety. Chase Harris, Director of Fleet Maintenance J J Chase Harris graduated from the University of Arizona in 1994 and has been with CieanStreet for 18 years. Mr. Harris is responsible for overseeing all facets of operations, including but not limited to delegating work to the mechanics, fleet maintenance, debris management, and GPS monitoring. He is well-acquainted with CleanStreet's equipment as well as the environmental laws and regulations that apply to our extensive fleet. Mr. Harris is quick to respond to complicated situations and his dedication to excellence is a tremendous asset to CieanStreet. CieanStreet j Cleaning Your Environment (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 J CONTRACTOR'S ORGANIZATION - ADDITIONAL INFORMATION Mike Costello, Field Supervisor a i i Michael Costello worked with Clean Street for over 10 years when the company was first establishing itself, and has been a CleanStreet Field Supervisor since 1995. Mr. Costello lives in South Orange County and is now operating as a field supervisor for accounts in San Diego and South Orange County. Years of experience operating his own manufacturing business have perfected Mr. Costello's communication skills, which makes for a smooth interface between customers and CleanStreet personnel. Nita Metz, Accounting Manager since 2002 Ms. Metz attended California State University at Dominguez Hills and El Camino Junior College, where she focused on Business Administration and Liberal Studies. Ms. Metz obtained her Bachelors of Science degree in Business Administration, 2006, at University of Phoenix. Ms. Metz is responsible for accounts payable, accounts receivable, generating financial statements, and also is a certified Notary Public. J Per/a Cortez, Lead Dispatcher Perla Cortez has worked for CleanStreet for eight years. Mis. Cortez has developed a comprehensive geographical knowledge of our service areas and possesses excellent computer and communication skills. She is outgoing and friendly and efficiently coordinates our drivers and routes to meet our customers' frequent deadlines. Ms. Cortez is committed to providing quality, on-time service. J J CleanStreet Cleaning Your Environment (800) 225-7316 x1O8 1937 W. 169th Street Gardena, CA 90247 CONTRACTOR'S ORGANIZATION- ADDITIONAL INFORMATION Patty Madera, Dispatcher Patty Madera joined CleanStreet in the latter part of 2007. She offers a high degree of professionalism, solid business ethics, and extensive computer skills. Ms. Madera is reliable and has a positive attitude. She works effectively and with a sense of urgency, and can quickly read, understand, and use street maps and complex mapping software. I ] Jose Gonzalez, Head Mechanic since 1996 Mr. Gonzalez has been employed by CleanStreet for over 14 years. He has completed all courses at "Tymco" training school and has over nine (9) years of experience in working with diesel, propane, and CNG street sweepers. Jaime Corona, Street Sweeper Operator Mr. Corona has been employed by CleanStreet for over 12 years as Municipal street sweeper operator. He has great knowledge of equipment adjustments and maintenance. Experience in sweeping according to schedules and designated routes. Salvador Vasquez, Street Sweeper Operator Mr. Vasquez has been employed by CleanStreet for over 9 years as Municipal street sweeper operator. He has great knowledge of equipment adjustments and maintenance. Experience in sweeping according to schedules and designated routes. 0 0 0 D CleanStreetCtatnlng Your Environment (800) 225-7316 xlO8 1937 W. 169th Street Gardena, CA 902-47 0 1 I J 1 ° kl H U J CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQUIPMENT Bid No. 11-03 The CONTRACTOR is required to make a statement of how services will be provided. Include: Time period between award and start of service, number of personnel to be used providing services, experience of personnel, numbers and type of equipment to be used, delivery lead-time of goods, how quickly urgent, but unplanned services, can be provided, and any other information you can offer that will help determine your ability to provide contracted goods, services or equipment. Attachments may be used. Please See Attached I I j j j I CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/ EQUIPMENT CleanStreet will furnish all labor, equipment, materials, and supervision to perform street sweeping as described herein, including, but not limited to, the following: Using a modern regenerative air street sweeper, thoroughly sweep each improved residential street in the City of Carlsbad 2 times per month and arterials weekly. Approximately 1,700 curb miles of streets are to be swept monthly. CleanStreet will adopt the City's present schedule exactly. All sweeping activities H shall be completed by 5 p.m., Monday through Friday. All intersections and median noses will be swept and maintained in a debris-free state. I Streets with raised medians (commercial and residential) shall have their curb perimeter swept, including turnouts. Streets with painted medians will be swept in their entirety. CleanStreet will sweep all parking lots, including the City's utilities and corporation yards, adjacent to streets along the scheduled route. Any areas inaccessible to the street sweeper, such as street ends and portions of parking lots will be hand-swept or blown with a hand blower. Staffing on the City of Carlsbad will consist of two full-time street sweeper operators. This will enable CleanStreet to complete posting routes on a daily basis during the 1 posted times. During leaf season, additional drivers may be utilized to complete routes in a timely manner. FlJ Areas shall not be swept on the same day as trash pickup scheduled. AH sweeping will be scheduled the day after trash pickup, or as per the present schedule. 1 Streets adjacent to schools and commercial developments shall be swept prior to 7 a.m. or before such times as public activities start. Streets adjacent to apartments, condominiums, or other areas where night street parking is prevalent shall be swept after 8 a.m. All debris collected by the street sweeping operation will be taken to a legally ^^ (800)225-7316x108H CleanStreet i 1937 w.i69th street ^M ci..nme Your environment Gardena, CA 902*47 J 1 1 0 J J CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/ EQUIPMENT maintenance of our equipment. Our mechanics are factory trained to help ensure high quality performance of our equipment. We also have mechanics available around-the- clock to help ensure our ability to meet our commitments. CleanStreet knows that one of the keys to customer satisfaction is dependable well- maintained equipment. Consequently, we feel that the quality of our repairs and maintenance is crucial to our sweepers. We have an additional four full-time employees who are mechanics helpers. They change of brooms, tires, and help keep our sweepers clean. Dispatchers: The Dispatch and Operations department is the very nerve center of CleanStreet. It is from our experience that this position is very mission critical where often times operational and sometimes financial decisions are made. We have two full-time dedicated dispatchers who make sure that operations run smoothly. When telephone calls are received, our dispatchers will obtain the necessary information from the caller and provide the appropriate response by either facilitating an emergency sweep, special sweep, regular sweep or the handling of a complaint. This means that they make sure that the right drivers and the right equipment are appropriately matched to the job and ensure timeliness, safety and accuracy are guaranteed. Disposal of Refuse and Debris: CleanStreet shall dispose of all refuse and debris that is collected during the sweeping operations, at no additional cost to the City. We will haul it to a legally established area for the disposal of solid waste. Storage facilities: CleanStreet will utilize their own storage facilities for all of the sweepers. Equipment: CleanStreet equips all of its trucks with global positioning satellite (GPS) system. All of the real-time data is monitored by CleanStreet dispatchers. This permits CleanStreet to monitor the drivers speed, time and location. Our Operations Analyst downloads the GPS reports on a daily basis from the Internet. The real-time data alerts the managers via e-mail if the brooms are down a half hour o r » (800)225-7316x108CleanStreet i 193? w.i69th street Ol..nln8 Yqur Environment Ga^Ctta, CA 902*47 1 1 D CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/ EQUIPMENT longer or if the sweeper exceeds its speed limit. If this should happen, there will be communication between either the manager or the dispatcher to the sweeper's cell phone to ensure proper action is taken. Authorized public works employees can generate and print GPS reports at any time. Data is available for six months and can be downloaded in an Excel document. We utilize will utilize 2 Tymco 600 as needed for the city of Carlsbad. Our Tymcos hold 250 gallons of water which results in cleaner air and less dust and particulates on the streets. Our street cleaning is listed as Best Management Practice BMP in storm water regulations which is to get the debris off the street before it is carried into the drain system. All street sweepers that CleanStreet will deploy will be Tymco 2003 propane powered street sweeper compliant with rule 1186.1. In order to ensure uninterrupted performance, backup will be available at all times. In case of a mechanical breakdown, backup equipment will be available at all times and will comply with AQMD Rule 430. CleanStreet will be responsible for the installation, operation and maintenance of any device(s) utilized as part of the automated parking enforcement system. Routing: Routing will be designed in such a manner that all time zones will be swept timely with ample time for the operator to do an excellent job. If for some reason the operator is behind or needs help, and additional sweeper and operator will be supplied to ensure timely completion of routes. Reports: The attached report is a sample of what our drivers complete for other locations. In order to suit the City, a tailor-made form will be created for each location awarded to CleanStreet. The following items will be on the report: • Curb miles and paved alley miles swept each day. • Schedule curb miles and paved alley miles swept and areas missed. • When missed areas were swept. , (800)225-7316x108CleanStreet ' 1937 w.i 69th street Ol«.nlna Your Enylronm.nt GB^Q^B, CA 90247 0 CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/ EQUIPMENT • Number of complaints received each day. • Reasons schedule sweeping was not performed or completed as scheduled. • Waste tonnage summary and copies of waste disposal receipts. Sample Form; dtyof. 1 I sneer swc CPING weenr nerom FOR MONTH Of DATE: WEEK BEGINNING:WEEKLY TONNAGE: CONTRACTOR; lS37WlSithStntt fianhno 01*0247 il 3 DAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY ALLEYS CURB MEDIAN TOTALS CURB MILES SWEPT SCHEDULED MISSED CURB CURS MILES CURB MILES MILES SWEPT SCHEDLEO CURB MILES MISSED AND REASON MAKE -UP DATE NUMBER OF COMPLAINTS CleanStreet CtaamnQ Your Environment (800) 225-7316 x1O8 1937 W. 169th Street Gardena, CA 902*47 CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS Bid No. 11-03 List items or services you are offering in addition to those in the attached specifications or scope of work offered as part of your quote and included in your bid pricing, if any, if none, please state "none". Attachments may be used. GPS real time data available to the City at no cost. ; Free sweeping of Parades or other civic sponsored events. 1 i ZZZZZIZIZIZIIZIZZ1 J a j j j j 1 I ii 0 0 a j [i CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS [Note: Insurance may not be required. Check the agreement to be signed by the successful bidder.] As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificate of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers' Compensation OR 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers' Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in paragraph 10 of the included agreement for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. CONTRACTOR'S ACKNOWLEDGEMENT I ACKNOWLEDGE THAT I HAVE READ ALL THE REQUIREMENTS AND CONDITIONS SET FORTH IN THE AGREEMENT AND SPECIFICATIONS TO THE CITY OF CARLBMJ'S STREET SWEEPING SERVICES, BID NO. 11-03. Contractor's Signature Rick Anderson, Secretary Print Name and Title *£cy*tr CERTIFICATE OF LIABILITY INSURANCE4/1/2012 "ST" 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. IMPORTANT: If the certificate holder la an ADDITIONAL INSURED, the policy(les) must 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 endorsements). PRODUCER Lockton Insurance Brokers, LLC 725 S. Figueroa Street, 35th Fl. CA License #OF 15767 (213)689-0065 n*inT77 CleanStreet, Inc. liWtl/ 1 937 w 169th Street Gardens CA 90247 CONTACTNAME: PHONE I FAX(A/C.NqrExt): llA/C.No): E-MAILADDRESS* INSURBRIS) AFFORDING COVERAGE INSURER A : Wausau Business Insurance Company INSURER B : Wausau Underwriters Insurance Companv INSURER C: INSURER D : INSURER E : INSURER F : NAIC* 26069 26042 COVERAGES CLEAN01 P4 CERTIFICATE NUMBER:11327945 REVISION NUMBER:XXXXXXX 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 THIS CERTIFICATE 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. IN8RLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFIMM/OD7YYYYI POLICY EXP(MMIOOJYYYY)LIMITS GENERAL LIABILITY X_ .COMMERCIAL GENERALJJABIUTY | CLAIMS-MADE [XJOCCUR GENT. AGGREGATE LIMIT APPLIES PER: POUCY PI ?!£ [Xl LOG TBKZ9145666503I 4/1/2011 4/1/2012 EACH OCCURRENl DAMAGE TO REN PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS • COMP/OP AGO t I 000.000 * 1.000.000 t 10.000 * 1,000.000 « 2.000.000 2.0OO.OOQ AUTOMOBILE LIABILITY ASJZ91456665021 4/1/2011 4/1/2012 COMBINED SINGLE LIMIT(Ea accident)s l.OOO.OOO ANY AUTO ALL OWNEDAUTOS HIRED AUTOS BODILY INJURY (Par person) SCHEDULED AUTOSNON-OWNED AUTOS XXXXXXX BODILY INJURY (Pec acddanll XXXXXXX PROPERTY DAMAGEf Pur g * XXXXXXX s XXXXXXX UMBRELLA UAB EXCESS UAB OCCUR CLAIMS-MADE NOT APPLICABLE EACH OCCURRENCE SXXJCXXXX AGGREGATE * XXXXXXX DEO I RETENTIONS XXXXXXX Y/N WORKERS COMPENSATION AND EMPLOYERS1 LIABILITY ANY PROPRIETOR/PARTNER/EXECimVE . OFFICER/MEMBER EXCLUDED? I Y(Mandatory In NH) 'If yea, describe underDESCRIPTION OF OPERATIONS below WCKZ914566650II 4/1/2011 4/1/2012 _, I WC STATL X [TORY LIMIT EX. EACH ACCIDENT El IOTH- 3 I ER i noo.ooo E.L. DISEASE - EA EMPLOYEE * 1.000.000 ELDISiASE-POyCYUMITl DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACOR0101, Additional Remarks Schedule. It more space Is required) CERTIFICATE HOLDER CANCELLATION 11327945 Evidence of Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05)The ACORD name end logo are registered marks of ACORD /&198B-3MO 4CORD CORPORATION. ATI riglits reserved 1 I EXHIBIT "B" CONTRACTOR'S WORK FORCE Bid No. 11.03 The CONTRACTOR shall set forth in Exhibit B to the proposed CONTRACT: A. Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B. A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required licenses and/or certifications. C. The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D. A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E. A description of CONTRACTOR'S systematic skills training program. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S bid is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Exhibit B - Additional Information" along with the appropriate position title(s) corresponding to this form. A. POSITION TITLE i B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 2. 3. J Please See Attached EXHIBIT "B" Page 2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 3 I J 1 4. 5. 6. 7. 8. 9. 10. Please See Attached J EXHIBIT "B" PageS CONTRACTOR'S WORK FORCE (Continued) D. Other Staff Support Title Description / Qualifications Please See Attached 0 1 I 2. 3. 4. 5. J 0 E. Description of CONTRACTOR'S employee training program 0 EXHIBIT "B" - ADDITIONAL INFORMATION Contractor's Work Force: 0 I J a j A. POSITION TITLE 1. Lead Operator Jaime Corona 2. Operator Salvador Vasquez 3. Back-up Operator 4. Field Supervisor Rick Anderson B. QUALIFICATIONS 12 years Municipal street sweeping experience in Poway and La Mesa with a Class B license. Dual control Broom and Regenerative Air, broom assisted sweepers (Broom Bear and Tymco). Knowledge of equipment adjustments and maintenance. Experience of sweeping to schedules and designated routes. 9 years Municipal street sweeping experience in Imperial Beach and Solana Beach with a Class B license. Dual control Broom and Regenerative Air, broom assisted sweepers (Broom Bear and Tymco). Knowledge of equipment adjustments and maintenance. Experience of sweeping to schedules and designated routes. Back-up operator will have experience as a Municipal street sweeping operator. 23 years experience in Municipal street sweeping. Best Management Practice (Sweeping Operation). Oversees daily operations, oversees and supervises the daily maintenance and cleanliness of all vehicles. Responsible for ensuring compliance of all state and Federal laws and regulations. C. TOTAL ANNUAL HOURS Approximately 2,080 Approximately 1,800 Approximately 300 Approximately 240 CleanStreet our Environment (800)225-7316x108 1937 W. 169th Street Gardens, CA 90247 EXHIBIT "B" - ADDITIONAL INFORMATION 1 I 1 5. On-Site Supervisor Mike Costello 6. Shop Foreman Chase Harris 7. Lead Mechanic Jose Gonzalez 8. Mechanics 9. Dispatch Perla Cortez 1O. Customer Service and Administration Rick Anderson 10 years experience with Municipal street sweeping contracts and customer relations. Has great communication skills which makes for a smooth interface between customers and CleanStreet's personal. Extremely dedicated and works tirelessly to ensure the City receives the highest quality of work. 18 years experience with heavy and diesel truck maintenance. Well acquainted with CleanStreet's equipment and environmental laws and regulations that apply to our extensive fleet.appiy to our extensive rieet. 14 years experience with heavy, diesel, CNG, and propane truck maintenance. Completed all courses at Tymco training school. 8 years experience with heavy, diesel, CNG, and propane truck maintenance. Completion of all courses at Tymco training school. 10 years experience in scheduling services. Excellent computer and communication skills. Effectively coordinate drivers and routes to meet customers' deadlines. 23 years of experience in Municipal street sweeping. Best Management Practice (Sweeping Operation). Oversees daily operations, oversees and supervises the daily maintenance and cleanliness of all vehicles. Responsible for ensuring compliance of all state and Federal laws and regulations. Approximately 300 Approximately 180 Approximately 50 Approximately 130 Approximately 250 Approximately 70 CleanStreet Clainlng Your Environment (800)225-7316x108 1937 W. 169th Street Gardena, CA 90247 1 I J J J J EXHIBIT "B" - ADDITIONAL INFORMATION E. Description of Contractor's employee training program; All new employees go through the Company's Employee Training Program which lasts two to four weeks. All new employees have reviewed and signed the appropriate handbooks/documents as previously noted in CleanStreet's "Safety Regulations, Policy and Procedures" heading. Any new hire for the position of Street Sweeper Operator begins a training schedule with an instructor who is a veteran street sweeper operator. The instructor reviews the functions of the equipment and safety operating procedures with the trainee. The trainee rides with the instructor for a full shift. The instructor evaluates the trainee with the Employee Trainee Update form. The instructor reviews the form with the Human Resources Manager. Subsequently the Human Resources Manager reviews the Employee Trainee Update with the trainee. The trainee is evaluated on a daily basis prior to being assigned the next training session. A sweeper operator trainee will typically have several different veteran instructors. If the daily performance / progress of the trainee does not meet Company criteria, the trainee will be terminated prior to completion of the training period. If the trainee displays the qualities needed to satisfy sweeper operator criteria, the training program will continue for a total of two to four weeks. Once the trainee has completed the training program, a field supervisor will monitor the New Hire's performance for any assigned work to verify all training has been completed and there are no deficiencies that would warrant further training. J (800)225-7316x108CleanStreet i 1937 w.i69m street Cl..ninB Your Environment GafdeHa, CA 90247 1 I J I J J EXHIBIT "C" LISTING OF SUBCONTRACTORS Bid No. 11-03 The CONTRACTOR is required to furnish the following information relative to the subcontractors he proposes to use. If all work is to be done without subcontractors, write "NONE" in the following space: NAME UNDER WHICH SUB- CONTRACTOR IS LICENSED NONE LICENSE NUMBER AND CLASS ADDRESS AND TELEPHONE TYPE AND PORTION OF WORK SUBCONTRACTOR WILL PERFORM j J 1 I n tl Q EXHIBIT "D" CONTRACTOR'S EQUIPMENT Bid No. 11-03 The CONTRACTOR shall set forth in Attachment "D" to the proposed CONTRACT: A. All equipment items, having an original purchase price of at least $1000 that the CONTRACTOR will use to provide the described services. Equipment should be listed regardless of whether the CONTRACTOR owns the equipment; intends to purchase, lease, or rent the equipment; or will subcontract the services requiring said equipment. B. Quantity of each equipment item to be used in the performance of the described services. C. Total minimum annual hours for each equipment item that the CONTRACTOR proposes to commit to the performance of the described services. This is the aggregate of the hours for equipment of the same item description. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment, and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S proposal is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages, if needed. Label any such pages "Exhibit D - Additional Information". A. EQUIPMENT ITEM DESCRIPTION 2009 Tymco 600 \ Propane Powered 2007 Broom Bear 2007 Tymco 600 ff} f/? tA 4. 2007 Tymco 210 5. Tennant Ride on sweeper 6. B. QUANTITY \ 2 1 1 1 C. TOTAL ANNUAL HOURS 3,000 400 300 300 200 D EXHIBIT "D" Page 2 CONTRACTOR'S EQUIPMENT (Continued) 1 I 0 j 0 0 u A. EQUIPMENT ITEM DESCRIPTION 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. B. QUANTITY C. TOTAL ANNUAL HOURS j Dual large heavy duty 43' diameter steel brooms designed Large 12* diameter by 79* long broom with in cab controls Powerful 8" diameter suction nozzle for cleaning tor digging debris out of curb and gutter Optional gutter that allow broom assisted sweeping only when needed applications such as catch basins. Optional nozzle broom tilt adjuster uses In cab controls to adjust the gutter and hose extensions available, broom angle. FROM THE PEOPLE WHO INVENTED AIR SWEEPING! GENERAL SPECIFICATIONS/MODEL 600* REGENERATIVE AIR SWEEPER9 SWEPSUUXIUAHY EMMilDttS&. (Standard) Make .......... JOHN DEERE. 4M5T, 4 cyl.Displacement ............. 276 cubic Inches (451) Horsepower __________ .99® 2.600 RPM(74 kW) Nat Torque .,, .......... ___________ 274 ft/lbs 0 1,400 RPM (372 Nm) Air cleaner, heavy duty ..„ ........ Dry type Oil fitter, spin on ______________ full flow Auxiliary engine shutdown system BlOWHI.limBEJILPlEO I Aluminum alloy Wgh volume open face turbine_, Location. .... ......... „... Adjacent to hopper Purpose ... ..... Creates blast and suction Bearings ------ ..... — (2) seated lifetime tube, anti-friction Bolt-on housing .. — Abrasion resistant"~| replaceable liner Drive ------------- Heavy duty power band 1 iu DUttttMUUiTM Type....^.^wu..Cycionlc. multipass.centrifugal separation Size ________________ 20" x eriytodrical area(508 mm x 1549 nun) Location -- .Axial to blower within•-i hopper super structure Partfcolate removal -- Through 61' j (1649 mm) sWmnwstot Into hopper Inspection --- Hingsd door, openedfrom hopper «xterior ! Housing -- ; — Abrasion resistant, w/raplaceablew8v resistant Brar Suspension 4 springs 2 drag linksSkids..™ , DUO-SKIDS* Suction & Pressure hose „ .,14* diameter (3S6 mm)Pressure bleeder .... Integral for leaf/light material pickup 6UTTB) MODUS, DUALMeefed Standard equipment includes floodlights and parabolic mirrors Drive _..._..„.__......._,. Constant speed non-reverelblB hydraulic motor Adjustment,.™-..... Adjustable for down pressure, pattern and wear Down pressure... . Automatically adjusts to requirementflexibility...,,..—AD directions, integral anti-damage "swing away" rekel valveBroom eS-dia. (1.1 m) steel wire, verticil digger NYDMUUC IYITIM Operates guttar brooms, dump andpick-up bead Onve (dlesel)....,_... Gear drivenfrom suxi&ary engine Drive (CMS) Belt driven from anxBery engineCapacity _™__—8 6PM (30.3 LPM) Reservoir.....—_—-.„..—26 gal. (94.6 L) wlh 80 mesh suction strainer RRer _. ___._ .lOmicron^Hlne Cooler—AlrtooB1<MW)BTU(2.93J) Filler „ „—_.. 80 mesh in-Bne Low water shut-off .Safety shut-offlow water warning light In cab coupled with liquid level sensor Spray nozzles: Around pick-tip head „ 4Gutter brooms (each) 2 Hopper (inside) 1 (nett* eed> (lighted) Pick-up head, gutter brooms, Ignition and tachometer (auxiliary engine), voltmeter, low waterwarning system (dust control), all safety lights, hour meter, pressure bleeder Dump.„. Dual Hi/low pressure washdown Hloh output water systemHopper deluge Hopper drain systemLateral air flow nozzle Liquid recovery system Low emissions packageMagnet Runway Sweeper-Model 600 HSP* Reverse pick-up head chainsStainless steel hopper Color, (other Bun TYMCO mated white) StffTYWMftWnieVICESAmber rear mounted alternating flashing warning lights Amber strobe Hght wtth Bmb guardBack up alarm Abrasion protection package Auto sweep mterrupl(ASI) Auxiliary engine. CN8 -or turbocharged AoxOary hand hose V (203 mm)AuxffiaryhaiKl hose oydraulic boom your InOMOutl requirements.Con/toot your heal dealer or TYMCO. CAI/CHASSttModel „., ™.-. mtermrtional 4200 GVW.— -,-30,000 (bs (13.620 kg) Frame „. „ .__ 60,000 PSI Engine..... -..V7365 36600 (6.0 L) V8 Diesel -175 HPTransmission ._-.....«AKson 2000 series 5 speed automatic wtodemal oO filter Attemator 100 ampBatteries -12) 12V, 1100 CCA Wheetbate 1STFuel tank 50 gal (189 L) snared wfth sweeper Tires (2-from,4-rear)_. , Capacity (volumetric) ?<81 cubic yards (6,6m1) J Capacity (usesbte) 6 cubic yards Construction MMdedeM ptate I wtth integral sUffeneivFloor angle 22° System of water spray ooales for 4irt)ome dust expression Pump -mm.,....~.»...M BecMp dkphngoiReserve* (WMnybw} 220 gal. (B3Z7L)wlthliydrartltahi>se Auxtorynydrauteeystem Jroom AssiriPlck-UpHeadjeArnCabover package Includes 325 gallon(1230.12 L)*fft«r capacity ) powered Gutter broom tUat»ster(s)(right, left or both) Stoeimg Integral power essW«J with 18-steertng wheelMtot,...,... Dual Air w/13.2 CFM air compressor inrtfWMflwi & HQHts>>*»*»>»**v***B*Mv<*n*tijipictafp M nQuinNl J Dump door opening «rx44*LD. (2184 mm x 1118 mm), Dumping method .Hydraulic with rj Dumping height 3T (914 nun) Ptok-upheadorty 1 gutter broom 2flutttr brooms up to 2438 mm;2987WHetgntks» state weight* .......17.196 to (7806 kg r)*..7,fiWI« (3822kg)function.. Air blast end suction chamber Width ,-,8TtiD.tZ210min)Head ama-JMHO «q.«^ieet1jB8 nfl • VWghtwHI vary with equipment Kira Linberg From: Sent: To: Cc: Subject: Lee Miller <lmiller@cann Tuesday, September 13, Council Internet Email LMiller@ cannonpacific.c To Mayor Hall, re: street Date: <?//3/ll Distribution: ' jQHtVicOftsk ^ DIU^ ^^^Kv Clerk ^ Pnf Deputy Clerk ^sweeping " ~"BOOK ~" <? leceive-Agenda Item #__<£ ?or the Information of the: (RSt. L/JVl^ L>/\ , H_* x/» // -^_ I JL jI // "^^^itx/1 A/fa a t*v> \t Dear Mayor Hall, My attempt at brevity may have failed here while explaining dS much industry information in as few words as possible and filling in some gaps from our conversation yesterday. There is no pressure to rush the award of this contract as you have a competent and qualified vendor in place now at very reasonable prices. We are currently working under a temporary extension and would be glad to go another month or two while the City further explores this issue and after each offer is fully vetted. A few Key Points regarding the Agenda Bill and staff report: • Pg2 discusses a 5-year agreement. The bid specifications discussed a 1-year agreement with optional extensions at the City's discretion. • Pg2 outlines a "Best Value Evaluation" process, yet staff's page 6 justification is focused strictly on price and storm water compliance. Both bids were storm water compliant. • Pg2 describes the "added-value by paying for all refuse hauling". The City's current contractor hauls the debris at no charge. The City does not currently pay for the disposal of any street sweeping debris under the waste franchise agreement so there really is no "added-value" as it saves the City nothing. Hauling the debris outside the City might actually trigger a CEQA review as it changes the environment from a debris management perspective via a debris export and it may affect reports to regulatory agencies. Where is the debris going? Pricing concerns: • The lowest bidder submitted a price of $12.49 per curb mile, which is well beneath the range of current industry prices. Our price was $15.85, which is near the floor of current industry prices, but within normal range and a very good value and always operating in the most efficient manner possible as historically represented in our low, yet competitive prices. • The difference between the lowest bidder's offer and 5 of the same company's comparative bids is: 1. 256% difference in Chula Vista just 14 days ago at $32 per curb mile. (NOT YET PUBLIC RECORD AS THE CITY IS STILL REVIEWING THE TWO BIDS from 8/30/11) 2. 151% difference in Carlsbad when this contract was last bid in 2006 at $18.95 per curb mile. 3. 164% difference in Poway in April 2011 at $20.56 per curb mile. 4. 136% difference in Solana Beach in April 2011 at $17.00 per curb mile. 5. 135% difference in Murrieta in June 2011 at $16.90 per curb mile. • Of the latest 10 public bids regionally, the current average of the accepted lowest bids is $17.77 per curb mile with the lowest being $15.85 and the highest being $21.50. The $12.49 represents an extreme low. • Cannon Pacific's bids have always been within normal range, reasonable and represented a good value for Carlsbad (since the mid 1990's) and many other Cities. City of Lemon Grove contracted with lowest bid offers into 2005 and again in 2009 and cancelled one after less than a year and elected not to renew the other. In both situations, Cannon Pacific was asked to take over the work under emergency situations to avoid service interruptions. Doing so in Carlsbad will be more difficult due to the magnitude of the scope of work and complexities of the scheduling. We are currently servicing Lemon Grove and 10 other public agencies in San Diego County under long term agreements. e All Receive CARLSBAD ""en ACM DCM __ City September 13, 2011 To: Lisa Hildabrand, City Manager From: Cynthia Haas, Deputy City Manager Via: Re: Selection of Street Sweeping Contractor Tonight the City Council will weigh in on approval of a contract for street sweeping services with CleanStreet Inc. However, it has come to staff's attention that our previous street sweeping contractor, Cannon Pacific, has taken issue with CleanStreet's lower bid. As is indicated in the Agenda Bill that the City Council will act on tonight, in June 2011, the City invited bids for street sweeping services, with only two companies submitting proposals: Cannon Pacific, LLC $380,420 CleanStreet Inc. $297,996 Prior to recommending selection of CleanStreet, staff conducted reference checks with the cities of Vista, Poway, La Mesa, Palm Springs, and Solana Beach, all having relatively recent experience with this contractor. In each case, the responses we received back were positive, with the exception of Poway, which responded neither positive nor negative as to their experience with CleanStreet. Staff did not check references with any other cities that CleanStreet may have done business with, as the work performed would not have been considered recent. Since CleanStreet's reference checks were deemed to be sufficiently positive and their contract price more than $82,424 less than the bid from Cannon Pacific, staff is recommending an acceptance of the bid and award of the contract to CleanStreet. As a general rule, if a contractor meets all our bidding requirements and is deemed qualified to perform the service, we recommend acceptance of the lowest bid. We do not attempt to determine why a responsive bidder bids a particular price on a contract, as it is usually a business decision on the part of the company that makes a bid. However, if there are questions regarding the nature of the bid submitted by CleanStreet Inc. it is our understanding that their representative, Mr. Rick Anderson, will be attending tonight's meeting. Date: 9//3/// Distribution: ' City Clerk Asst. City Clerk Deputy Clerk Book City Hall b'^.J 1200 Carlsbad Village Drive I Carlsbad, CA 92008 I 760-434-2820 I 760-720-9461 fax I www.carlsbadca.gov