Loading...
HomeMy WebLinkAbout2013-11-05; City Council; 21401; Award Agreement Street Sweeping Bid No 14-01CITY OF CARLSBAD - AGENDA BILL AB# MTG. DEPT. 21.401 11/5/2013 PW-TRAN AWARD OF AGREEMENT FOR STREET SWEEPING SERVICES TO CANNON PACIFIC SERVICES, INC., DBA PACIFIC SWEEPING, BID NO 14-01 DEPT. DIRECTOR CITY ATTY. CITY MGR. RECOMMENDED ACTION; Adopt Resolution number 2013-249 to accept the bid and award the contract to Cannon Pacific Services, Inc., dba Pacific Sweeping for street sweeping services. Bid No. 14 - 01, for the amount of $364,684 in the initial agreement year, and authorize the City Manager to increase the compensation by $25,000 in each agreement year, and authorize the Public Works Director, or his designated representative, to increase/decrease the actual curb miles swept, parking lot square footage swept, seawall and rail trail 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 utilizing an outside service contractor. Utilizing a service contractor allows the city to provide the services without the need to purchase and maintain expensive specialty street sweeping equipment and allows allocation of staff resources for core maintenance functions. In September 2011, the City Council entered into a street sweeping contract with CleanStreet, Inc., the lowest responsible bidder that submitted in response to the city's request for bid, bid no. 11-03, that bid came in at $297,996 forthe initial contract year. The initial term ofthis agreement was one (1) year with the ability to extend for four (4) additional one year periods. In July 2013, shortly before the expiration of the second contract year, CleanStreet, Inc. informed the city they would not be executing an amendment to further extend the agreement, thereby resulting in the need for staff to rebid the contract. In August 2013, the Finance Department invited bids for this service agreement. A mandatory pre-bid meeting was held on August 1, 2013. Two contractors attended from the Southern California area and two bids were received, opened, witnessed and recorded on August 15, 2013. The bids ranged in amounts from $364,684 to $439,160. The bids were reviewed by the Public Works Department and are as follows: 1. Canon Pacific Services, Inc. $364,684 2. CleanStreet, Inc. $439,160 DEPARTMENT CONTACT: Clayton Dobbs, 760-434-2940, Clayton.Dobbs(5)carlsbadca.gov FOR CLERK USE. COUNCIL ACTION: APPROVED CONTINUED TO DATE SPECIFIC • DENIED CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER - SEE MINUTES • AMENDED • REPORT RECEIVED • 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. Current equipment standards 5. Unspecified value added offerings 6. Responsiveness to specifications Staff is also recommending Council authorize the Public Works Director, or his designated representative, to increase/ decrease the actual curb miles swept, parking lot footage swept, or increase the sweeping 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 next year's agreement. FISCAL IMPACT; The contract is funded from the solid waste/storm water enterprise fund. Sufficient appropriations for the initial agreement year are available in the solid waste/storm water enterprise fund, organizational key 521 6310. This is a five-year street sweeping service agreement based on the selected contractor's best value evaluation and low bid of $364,684. Public Works staff is recommending a contingency amount of $25,000, approximately 7.5 percent ofthe 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 agreement's annual compensation terms may be adjusted by an 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 not to exceed 2.5 percent in any agreement year. The work completed will be verified by the Public Works Director or his designee priorto authorization of each monthly 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; 1. Resolution number 2013-249 to accept the bid and award the contract to Cannon Pacific Services, Inc., dba Pacific Sweeping for street sweeping services, bid number 14 - 01, for the amount of $364,684 for the initial agreement year, authorized the City Manager to increase the compensation by 25,000 for each agreement year, and authorize the Public Works Director, or his designated representative, to increase/decrease the actual street sweeping services up to the limits granted by the City Manager during the course of each agreement year. 2. Agreement for Street Sweeping Services 3. Request For Bid (RFB) No. 14 - 01 and proposals (3 documents) 4. Best value evaluations 1 RESOLUTION NO. 2013-249 3 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CAUFORNIA, AWARDING THE AGREEMENT TO CANNON PACIFIC SERVICES, INC., DBA PACIFIC SWEEPING FOR STREET SWEEPING 4 SERVICES, BID NO. 14-01 5 ^ WHEREAS, the City of Carlsbad requires the services of a street sweeping contractor; and 7 WHEREAS, proper bidding procedures resulted in the city's receipt of a bid from a qualified contractor, Cannon Pacific Services, Inc., dba Pacific Sweeping; and WHEREAS, a best value evaluation utilizing Carlsbad Municipal Code Section 3.2 8.050 8 9 10 11 was performed by the Public Work staff and has resulted in a recommendation that the bid 12 submitted by Cannon Pacific Services, Inc., dba Pacific Sweeping at $364,684 is the best value 13 for the City of Carlsbad; and 14 WHEREAS, a contingency amount of $25,000 is requested in the initial agreement year 15 and each subsequent agreement year to ensure that funds are available to provide additional 16 ly Street Sweeping Services during the agreement year as infrastructure is completed and 18 accepted by the city or special sweeps beyond as detailed in this agreement are required; and 19 WHEREAS, sufficient funding for the initial contract year is available in the Storm Water 20 enterprise fund, organizational key 521 6310; and 21 WHEREAS, staff recommends awarding the contract for bid no. 14 - 01 street sweeping 22 services to Cannon Pacific Services, Inc., dba Pacific Sweeping, In an amount not to exceed 23 24 $364,684 in the initial agreement year; and 25 WHEREAS, staff recommends City Council authorizes the Public Works Director, or his designated representative, to increase/decrease the actual curb miles swept, parking lot 27 footage swept, increase service frequencies to limits granted by the City Manager during the 9 10 11 12 13 23 24 25 26 27 28 operations. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows that: 1. The above recitations are true and correct. 1 course of each such agreement year to allow for day to day management of street sweeping 2 3 4 5 6 7 2. The bid of Cannon Pacific Services, Inc., dba Pacific Sweeping, 285 Pawnee Street suite A San Marcos, CA 92078 is the best value for the City of Carlsbad 3. The bid of Cannon Pacific Services, Inc., dba Pacific Sweeping is hereby accepted. 4. A contingency amount of $25,000 as 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 14 authorized to approve an additional $25,000 in contingency amounts in each subsequent 15 agreement year. 5. The Public Works Director, or his designated representative, is authorized to 17 increase/decrease the actual curb miles to be swept; parking lot footage swept, or increased 1 service frequencies to the limits granted to the City Manager during the course of each 19 2Q agreement year to allow for the day to day management of the street sweeping operations. 21 6. That the mayor of the City of Carlsbad is authorized and directed to execute, for and on 22 behalf of the City of Carlsbad, an agreement with Cannon Pacific Services, Inc., dba Pacific Sweeping, in an amount not to exceed $364,684 in the initial agreement year, a copy of which is attached. /// 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 ofthe City Council ofthe City of Carlsbad on the S*'' day of November, 2013, by the following vote to wit: AYES: NOES: Council Members Hall, Packard, Wood, Blackburn and Douglas. None. ABSENT: None. MATT HALL, Mayor ATTEST: BARBARA ENGLESON, CiW Clerk TRAN 1045 AGREEMENT FOR STREET SWEEPING SERVICES (CANNON PACIFIC SERVICES, INC., DBA PACIFIC SWEEPING) THIS AGREEMENT is made and entered into as of the day of , 2013, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and CANNON PACIFIC SERVICES, INC., dba PACIFIC SWEEPING, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a street sweeping contractor that is experienced in municipal street sweeping. B. Contractor has the necessary experience in providing professional services and advice related to municipal street sweeping. C. 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 attached Exhibit "A", 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 three hundred sixty four thousand six hundred eighty four dollars ($364,684) 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. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be three hundred sixty four thousand six hundred eighty four dollars ($364,684). 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 Exhibit "A". City Attorney Approved Version 1/30/13 1 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". Cost will increase or according to the San Diego regional consumer price index for the preceding year not to exceed 2.5% 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. 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 City Attorney Approved Version 1/30/13 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-:Vir'. 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 Risk Manager 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 Liabilitv 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 uncler 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 Liabilitv. 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. cd !!^^iJLA=r' IS '^ox is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 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 Commercial General Liability which shall provide primary coverage to the City. 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. City Attorney Approved Version 1/30/13 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 Carisbad 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 cleariy 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. 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 Lee Miller Title Supervisor Title President and CEO Department Public Works Address 285 Pawnee Street, Suite A City of Carisbad San Marcos, CA 92078 Address 405 Oak Avenue Phone No. 760 471 9003 Carisbad, CA 92008 Email imiller@cannonpacific.com Phone No. 760 434 2940 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. City Attorney Approved Version 1/30/13 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 Carisbad 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 ofthe requirements ofthe 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 othen/vise 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 fonA/arded 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 City Attorney Approved Version 1/30/13 (( 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 seg.. 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 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 1/30/13 26. AUTHORITY The individuals 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. SERVICES, Inc. dba Pacific Sweeping, a California corporation By: ^fUA CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) Lee Miller/President and CEO Mayor (print name/title) ATTEST: By: (sign here) Judy Peterson, Assistant Secretary BARBARA ENGLESO (print name/title) If required by City, proper notarial acknowled^^^lj^WjjSi^^tion by contractor must be attached. If a corporation. Agreement must be sigA^d^pj^n^ ^^porate officer from each of the following two groups. '''//im\^^^ 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: CELIA A. BREWER, City Attorney Assistant City Attorne City Attomey Approved Version 1/30/13 If}'; REQUEST FOR BID FOR STREET SWEEPING SERVICES BID NO. 14-01 August 2013 CITY OF CARLSBAD Purchasing Department 1635 FARADAY AVENUE CARLSBAD, CA 92008 Bid Number: 14-01 Any questions relative to this project should be directed to: Clayton Dobbs Utilities Supervisor, (760) 434-2940. Questions relative to the bidding process should be directed to: John De Rego, Buyer, (760) 602-2467 Bid No. 14-01 Street sweeping request for bid miBL£ Of Q0.NT8NT3 REQUEST FOR BID TO PROVIDE SERVICES 1 I. 00 CONTRACT ADMINISTRATOR 2 2.00 BID DOCUMENTS 2 3.00 BID PERIOD 3 4.00 INTERPRETATION OR CORRECTION DURING THE BID PERIOD 3 5.00 EVALUATION AND SELECTION OF BIDS 3 6.00 REJECTION OF BIDS 4 7.00 DETERMINING RESPONSIBILITY OF CONTRACTOR 4 8.00 ERROR IN BID 4 9.00 AWARD OF CONTRACT 5 10.00 CONTRACTOR'S DUTY TO OBTAIN INFORMATION 5 II. 00 CHANGES IN PROPOSED CONTRACT 5 12.00 MANNER OF PERFORMING SERVICES (EXHIBIT A) 5 13.00 CONTRACTOR'S WORK FORCE (EXHIBIT B) 5 14.00 LISTING OF SUBCONTRACTORS (EXHIBIT C) 6 15.00 CONTRACTOR'S EQUIPMENT (EXHIBIT D) 6 16.00 CONTRACTOR QUALIFICATIONS 6 17.00 SEALED BID ENVELOPE 6 BID COVER SHEET 8 CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY 11 CONTRACTOR'S ORGANIZATION 14 CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE SERVICES 18 CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE ADDED OFFERINGS 19 CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS 20 SAMPLE CONTRACT 21 EXHIBIT "A" MANNER OF PERFORMING SERVICES 32 PART I 32 GENERAL SPECIFICATIONS 32 DEFINITIONS 32 I. 00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY 33 2.00 STREETS TO BE SWEPT 36 3.00 PAYMENT AND INVOICES 36 4.00 ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES 38 5.00 INSPECTIONS, MEETINGS, & REPORTS 39 6.00 SPECIAL SWEEPS 40 7.00 CONTRACTOR'S DAMAGES 40 8.00 COMMUNICATIONS AND EMERGENCY RESPONSE 40 9.00 SAFETY 41 10.00 HOURS AND DAYS OF SWEEPING SERVICES 42 II. 00 SWEEPING SCHEDULES 42 12.00 CONTRACTOR'S STAFF AND TRAINING 42 13.00 NON-INTERFERENCE - NOISE 44 14.00 CONTRACTOR DEFAULT 44 15.00 DRUG AND ALCOHOL FREE WORKPLACE 45 16.00 ASSIGNMENT OF CONTRACT 46 17.00 SEAWALL AND RAIL TRAIL SWEEPING SERVICE 46 Bid No. 14-01 Street sweeping request for bid EXHIBIT "A" MANNER OF PERFORMING SERVICES PART II 48 EQUIPMENT SPECIFICATIONS 48 18.00 STREET SWEEPERS 48 19.00 EQUIPMENT LOCATION AND REPAIR REQUIREMENTS 49 20.00 GPS EQUIPMENT AND SOFTWARE 50 EXHIBIT "B" CONTRACTOR'S WORK FORCE 52 EXHIBIT "C" LISTING OF SUBCONTRACTORS 55 EXHIBIT "D" CONTRACTOR'S EQUIPMENT 56 APPENDIX "B" INSPECTION RATING FORMS 58 APPENDIX "C" 21.00 FREQUENCIES. DAYS, AND HOURS OF OPERATION 60 Bid No. 14-01 Street sweeping request for bid Bid No. 14-01 REQUEST FOR BID TO PROVIDE SERVICES The City of Carisbad, California, is requesting sealed bids for the following Service Agreement: STREET SWEEPING SERVICES To be considered for selection, a bid must be submitted to the office of Purchasing Officer, of the City of Carisbad, 1635 Faraday Avenue, Carisbad, CA 92008, at or before 11:00 a.m. on August 15*^ . 2014. Your bid may be mailed or dropped into the bid box in the lobby of the above address prior to the due date and time. No bid will be received unless it is made on the bid forms furnished by the City for this project. Additional documentation may be added if desired. Please review the entire bid package before submitting your bid. Incomplete submissions may be rejected as non-responsive. In accordance with the Carisbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, ability to provide services, previous performance and references, consistency with current equipment and standards, and unspecified value-added offerings by the bidder. The low responsive bidder may not be awarded this contract. The successful bidder will be expected to sign a contract. A sample contract is attached. The final contract will include this request for bid and the successful bidder's response. Please do not execute the contract at this time. The City of Carisbad reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new bids on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your bid and you must show proof of insurance and licensing to be considered a successful bidder. A mandatory pre-bid meeting is scheduled for August 1""* at 9:00 a.m. at the City of Carisbad Public works office 405 Oak Ave., Carisbad, California 92008. This meeting is Mandatory. For information regarding the work to be performed, contact Clay Dobbs at (760) 434- 2940. For information regarding contract or bid specifications, contact John De Rego at 602- 2467. THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMEN OWNED BUSINESSES Bid No. 14-01 Street sweeping request for bid n Bid No. 14-01 REQUEST FOR BID TO PROVIDE: STREET SWEEPING SERVICES The City of Carlsbad, ("CITY" hereinafter) seeks to acquire the services described herein. Bids to provide the described services are solicited, subject to the following: 1.00 CONTRACT ADMINISTRATOR The CONTRACT ADMINISTRATOR for this contract is the PUBLIC WORKS DIRECTOR or his designee. His designee for this CONTRACT and bid process is the Utilities Supervisor, Contracts and Agreements or his designated representatives. 2.00 BID DOCUMENTS To be considered complete, a BID shall be made up ofthe following documents: A BID COVER SHEET prepared on the CITY'S form that is signed and dated by an individual clearly authorized to bind the CONTRACTOR. A BID FORM that includes the agreed prices to perform said services. STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY and CONTRACTOR'S ORGANIZATION on CITY forms, with supporting documents. STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQIPMENT on CITY forms, with supporting documents. STATEMENT OF UNSPECIFIED VALUE ADDED OFFERING on CITY forms, with supporting documents. STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS on CITY FORMS, with supporting documents. BIDDERSACKNOWLEDGEMENT EXHIBITS B, C, & D prepared on CITY forms. Bid No. 14-01 Street sweeping request for bid 3.00 BID PERIOD To be considered, a BID must be received at the office of the Purchasing Officer prior to the hour of 11:00 a.m. on August 15™ 2013. Any BID received by the Purchasing Officer after the time specified herein shall be returned unopened to the CONTRACTOR. The CONTFACTOR shall be bound to the terms of the BID for a period of ninety (90) calendar days following the opening ofthe BID. The CONTFACTOR may withdraw the BID at any time prior to the close of the BID PERIOD, upon presentation of a written request to the Purchasing Officer. 4.00 INTERPRETATION OR CORRECTION DURING THE BID PERIOD Priorto the close ofthe BID PERIOD, a person may submit, in writing, to the CONTFIACT ADMINISTFATOR, a request for interpretation or correction of the REQUEST FOR BID documents. The CITY must receive written correspondences no later than 12:00 p.m. on July 31^*2013. Any interpretation or correction of the REQUEST FOR BID documents rendered by the CONTRACT ADMINISTRATOR shall be made immediately available to all other persons who obtained REQUEST FOR BIDS documents from the CITY. All addenda issued during the bid period or forming a part ofthe documents issued for bid shall be listed in the contract and shall be made a part of the CONTFACT. 5.00 EVALUATION AND SELECTION OF BIDS A. Each CONTRACTOR, by the submission of a bid, assents to each and every term and condition set forth within this specification and agrees to be bound thereby. B. Any bid which is incomplete, conditional or obscure, or which contains irregularities of any kind, may be cause for rejection. C. The right is reserved to consider the competency and responsibility of all service companies, and to use any information deemed necessary to establish the ability of any CONTRACTOR to perform all conditions ofthe contract in order to avoid awarding a contract to a company unable to produce the quality of service required and intended by this specification. D. The recommended proposal will be determined on a "Best Value" evaluation method, as mandated by Carisbad Municipal Code 3.28.050(C) for goods, services and equipment. The following evaluation criteria will be used to select a CONTFACTOR for this contract Bid No. 14-01 Street sweeping request for bid Cost Ability to Provide Service Previous Performance and References Consistency with Current Equipment and Standards Unspecified Value Added Offerings by CONTRACTOR 6.00 REJECTION OF BIDS The CITY may reject all BIDS and initiate a new REQUEST FOR BIDS or abandon the acquisition of services. A reasonable belief by the CITY that an individual, firm, partnership, corporation, or association is financially interested in more than one BID may cause the rejection of all BIDS in which such financial interest exists. A materially incomplete or non-responsive BID shall be rejected. 7.00 DETERMINING "RESPONSIBILITY" OF CONTRACTOR A responsible CONTFACTOR is one who has complied with all ofthe requirements ofthe REQUEST FOR BID, is financially responsible and is likely, in regard to skill, ability and integrity, to faithfully and conscientiously provide the services according to the letter and spirit of the CONTRACT. A responsible CONTRACTOR is one who demonstrates possession of the skill, judgment and integrity necessary for the faithful performance of the CONTRACT, as well as sufficient resources and ability. By preparing and submitting a BID to the Purchasing Officer, the CONTFACTOR agrees that the CITY is authorized to conduct investigations into CONTFACTOR'S background. 8.00 ERROR IN BID If, prior to the close of the BID PERIOD, a CONTRACTOR discovers an error in the CONTFACTOR'S BID, the CONTFACTOR may submit a replacement BID prior to the time and date set as the deadline for submitting BIDS. The replacement BID shall cleariy indicate that it supersedes the prior BID. After the close ofthe BID PERIOD, an erroneous BID may not be reformed or modified by the CONTFACTOR; but the CONTFACTOR may request that the CITY release the CONTFACTOR due to an error in the BID. The CITY may release the CONTRACTOR so long as the Integrity of the bid process is not jeopardized, the error was a result of excusable neglect, and the CONTRACTOR is not advantaged. If the CITY releases the CONTFACTOR, the BID will be deemed to have been rejected and the CONTRACTOR shall be prohibited from performing all or any portion ofthe proposed CONTFACT. Bid No. 14-01 Street sweeping request for bid ^0 In the event of a discrepancy or error in calculation of the BID, the correctly extended bid item totals shall govern. 9.00 AWARD OF CONTRACT The CITY is not required to select the lowest monetary BID. Ifthe CONTRACT is awarded, the CONTFACT shall be awarded to the CONTRACTOR who, in the judgment of the CITY, proposes to do the work to the best advantage of the CITY. BIDS shall be considered and evaluated as to the ability of the CONTFACTOR to perform the required services as detailed in the Notice Inviting BIDS 10.00 CONTRACTOR'S DUTY TO OBTAIN INFORMATION The CONTRACTOR shall carefully study the REQUEST FOR BID documents and shall at once report to the CONTFACT ADMINISTFATOR any errors, inconsistencies, or omissions discovered. 11.00 CHANGES IN PROPOSED CONTRACT Except as expressly authorized, no changes to the proposed CONTRACT shall be offered by the CONTRACTOR. 12.00 MANNER OF PERFORMING SERVICES (EXHIBIT A) The manner in which the CONTFACTOR intends to perform the services are set forth In Exhibit A to the proposed CONTFACT. 13.00 CONTRACTORS WORK FORCE (EXHIBITB) The CONTRACTOR shall set forth in Exhibit B to the proposed CONTFACT: Each labor or supervisory position, by title, that will make up the CONTRACTOR'S work force needed to provide the described services. A sufficiently detailed explanation of the minimum qualifications for a person working in each position title. List and describe qualifications of other pertinent staff that may not be directly committed to this project but will be available to support, consult, perform Extra Work, and the like. 14.00 LISTING OF SUBCONTRACTORS (EXHIBIT C) The CONTRACTOR shall set forth in Exhibit C to the proposed CONTFACT: Bid No. 14-01 Street sweeping request for bid The name and business address of each subcontractor who will perform work or labor or render service to the CONTFACTOR in performing the proposed CONTFACT. B. The specific portion of the work, which will be done by each listed subcontractor. 15.00 CONTRACTORS EQUIPMENT (EXHIBIT D) The CONTRACTOR shall set forth in Exhibit D to the proposed CONTRACT: All equipment items, having an original purchase price of at least $5,000 that the CONTRACTOR will use to provide the described services. Quantity of each equipment item to be used in the performance of the described services. Total minimum annual hours for each equipment item that the CONTFACTOR proposes to commit to the performance of the described services 16.00 CONTRACTOR QUALIFICATIONS The minimum qualifications for a CONTFACTOR'S BID to be considered are as follows: CONTFACTOR must have had at least two (2) years experience in the street sweeping services that are similar in nature and scope as those described herein. CONTRACTOR guarantees that the actua! on-site supervisor will possess the above qualifications. 17.00 SEALED BID ENVELOPE The BID shall be enclosed in a sealed envelope, plainly marked in the upper left-hand corner with the name, address and telephone number of the CONTRACTOR The CONTFACTOR shall submit the BID original and any related information to: CITY OF CARLSBAD Purchasing Officer 1635 Faraday Avenue Carisbad, California 92008 The CONTFACTOR shall print or type on the envelope: "BID for STREET SWEEPING SERVICES, BID NO. 14-01 DO NOT OPEN UNTIL: 11:00 a.m. on August 15*^ 2013" Bid No. 14-01 street sweeping request for bid 2 2' BID COVER SHEET CONTRACTOR'S BID TO PROVIDE SERVICES Bid No. 14-01 In compliance with the REQUEST FOR BID, Bid No. 14-01, 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 REQUEST FOR BID, dated and signed by the CONTRACTOR; The proposed CONTRACT with attached exhibits prepared on the CITY'S form, dated and signed by the CONTRACTOR; and Addenda: • The undersigned CONTRACTOR declares that the only persons or parties interested in this BID 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 CONTFACTOR proposes, and agrees if this BID is accepted, that CONTRACTOR will execute a Contract with the City of Carisbad 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 Carisbad 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 cleariy authorized to bind the CONTFACTOR. CONTRACTOR: ADDRESS: PHONE: by SIGN DATE TITLE Bid No. 14-01 street sweeping request for bid STREET SWEEPING SERVICES BID SCHEDULE "A" Please note that the nunnbers 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. Bid Item No. Description ^Estimated Quantity and Units Unit Price Extended Monthly Total Extended Annual Total 1. Street Sweeping Services AoDroximatelv 800 Curb Miles per Month* (*Estimated) $ $ X12 $ 1. Street Sweeping Services AoDroximatelv 800 Curb Miles per Month* (*Estimated) Per Curb Mile X12 2. Parking Lot Sweeping Services 1.150.000 $ $ X12 $ 2. Parking Lot Sweeping Services Square Foot per Month* (*Estimated) Per Square Foot X12 3. Seawall Sweeping Services TWO (2) Sweeps per Month* (*Estimated) $ x2 $ X12 $ 3. Seawall Sweeping Services TWO (2) Sweeps per Month* (*Estimated) Per Sweeping Occurrence X12 4. Coastal Rail Trail Sweeping Services Two (2) Sweeps per Month* (*Estimated) $ x2 $ X12 $ 4. Coastal Rail Trail Sweeping Services Two (2) Sweeps per Month* (*Estimated) Per Sweeping Occurrence X12 5. Special Sweeps Between 5 and 40 Hours per Year* (*Estimated) $ X40 $ 5. Special Sweeps Between 5 and 40 Hours per Year* (*Estimated) Per Hour X40 *EST1MA ren iryTBMnisr )>M4I4UAL TOTALS OF B10 news 1-5 Bid No. 14-01 street sweeping request for bid STREET SWEEPING SERVICES BID SCHEDULE "B" 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 m. Description ^l^timated Quantity and Units Unit Price Extended Monthly Total Extended Annual Total 1. Street Sweeping Services ADoroxlmatelv 1800 $ $ X12 $ Street Sweeping Services Curb Miles per Month* (*Estimated) Per Curb Mile 2. Parking Lot Sweeping Services 2.500.000 $ $ X12 $ 2. Parking Lot Sweeping Services Square Foot per Month* (*Estimated) Per Square Foot 3. Seawall Sweeping Services FOUR (4) Sweeps per Month* (*Estimated) $ x4 $ X12 $ Seawall Sweeping Services FOUR (4) Sweeps per Month* (*Estimated) Per Sweeping Occurrence 4. Coastal Rail Trail F0UR(4) Sweeps per Month* (*Estimated) $ x4 $ X12 $ 4. Sweeping Services F0UR(4) Sweeps per Month* (*Estimated) Per Sweeping Occurrence 5. Special Sweeps Between 10 and 80 Hours per Year* (*Estimated) $ Per Hour X80 $ •ESTIMA TED EXTENDEC F^DiTSMS 1«5 Bid No. 14-01 Street sweeping request for bid 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 words: Schedule "A" Annual Total amount of Bid including items 1- 5 in numbers: $ Schedule "B" Annual Total Amount of Bid including items 1 - 5 in words: Schedule "B" Annual Total amount of Bid including items 1- 5 in numbers: $ Price(s) given above are firm for 360 calendar days after date of bid opening. Addendum Addendum(a) No(s). has/have been received and is/are included in this bid. Bid No. 14-01 Street sweeping request for bid ^ y CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL RESPONSIBILITY Bid No. 14-01 In submitting this BID, the CONTRACTOR represents that CONTRACTOR has a demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the proposed CONTFACT in a manner that is satisfactory to the CITY. The CONTFACTOR represents that CONTFACTOR'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 CONTFACTOR Is capable of performing the proposed CONTRACT and has a demonstrated capacity to deal fairiy and effectively with and to satisfy a public agency. In support of these representations, CONTFACTOR 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." Bid No. 14-01 Street sweeping request for bid 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 Carisbad as a reference). 1. NAME AND ADDRESS OF REFERENCE NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 2. NAME AND ADDRESS OF REFERENCE NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED 3. NAME AND ADDRESS OF REFERENCE 4. NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED NAME AND ADDRESS OF REFERENCE NAME AND TELEPHONE NUMBER OF REFERENCE CONTACT FAMILIAR WITH THE PROJECT CONTRACT AMOUNT TYPE OF WORK DATE COMPLETED Bid No. 14-01 street sweeping request for bid 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. CONTFACTOR 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. Bid No. 14-01 street sweeping request for bid 0-^~^\ CONTRACTOR'S ORGANIZATION Bid No. 14-01 In submitting this BID, the CONTFACTOR represents that the CONTFACTOR has established an organization including an office or offices, communications, administrative staff, and the like; and that the CONTFACTOR'S organization is fully adequate to conform to the requirements ofthis BID. In support of these representations, CONTFACTOR 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. Bid No. 14-01 street sweeping request for bid ^ 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 CONTFACTOR'S offices, yards or other sites that may, in any way pertain to the performance ofthe requirements ofthis BID. ADDRESS OF OFFICE OF OTHER FACILITY DESCRIPTION AND PURPOSE OF THE FACILITY (e.g. "S^op - Equipment maintenance') RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES 2. ADDRESS OF OFFICE OF OTHER FACILITY DESCRIPTION AND PURPOSE OF THE FACILITY RESPONSIBLE CONTACT PERSON PHONE NUMBER NUMBER OF EMPLOYEES 3. 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 Bid No. 14-01 Street sweeping request for bid z \ Page 3 CONTRACTOR'S ORGANIZATION (Continued) 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 Name and Title Location Address Phone 2. Work Scheduling Name and Title Location Address Phone 3. Materials Procurement Name and Title Location Address __ Phone 4. Equipment Procurement Name and Title Location Address Phone Bid No. 14-01 street sweeping request for bid 3Z- Page 4 CONTRACTOR'S ORGANIZATION (Continued) 5. Equipment Maintenance Name and Title Location Address Phone Invoicing. Name and Title Location Address Phone A description ofthe CONTFACTOR'S current communications including: method of communication with field personnel, response to emergencies, and the like; communications equipment carried by field personnel or installed in vehicles. CONTRACTOR may attach additional pages, if needed. Label any such pages "CONTFACTOR'S ORGANIZATION - Additional Infonnation" along with the appropriate title(s) corresponding to this form. The CONTFACTOR 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 ofthe CONTFACT. CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQUIPMENT Bid No. 14-01 street sweeping request for bid 33 Bid No. 14-01 The CONTFACTOR 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. CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS Bid No. 14-01 Bid No. 14-01 street sweeping request for bid 2V 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. CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS [Note: Insurance may not be required. Ctteck the agreement to be signed by the successful bidder.] Bid No. 14-01 street sweeping request for bid As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. Certificate of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers' Compensation OR 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: Meet the conditions stated in paragraph 10 of the included agreement foV each insurance company that the Contractor proposes. Cover anv 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 CARLBAD'S STREET SWEEPING SERVICES, BID NO. 14-01. Contractor's Signature Print Name and Title Bid No. 14-01 Street sweeping request for bid SAMPLE AGREEMENT ONLY. DO NOT COMPLETE AT THIS TIME. SUBJECT TO CHANGE AGREEMENT FOR (INSERT TYPE OF PROFESSIONAL SERVICES) SERVICES (NAME OF CONTRACTOR) THIS AGREEMENT is made and entered into as of the day of , 20 , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and _, a , ("Contractor"). RECITALS A. City requires the professional services of a that is experienced in . B. Contractor has the necessary experience in providing professional services and advice related to • 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 attached Exhibit "A", 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 from the date first above written. The City Manager may amend the Agreement to extend it for additional year periods or parts thereof in an amount not to exceed dollars ($ ) 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. Bid No. 14-01 Street sweeping request for bid 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be dollars ($ ). 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 Exhibit "A". Price increases will be limited to the San Diego consumer price index median for the previous year. Limited to a maximum of 2.5% per contract year. The request must be in writing from the Contractor must notify Contract Administrator for any increases 30 day prior to the e>(tension of the initial agreement Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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. SUBGONTRACTING 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. 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 ofthe performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, Bid No. 14-01 street sweeping request for bid 36 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 eariy 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. Gityi its officers, agents and employees make no representation that the limits ofthe 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 wiir obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense; 10.1.1 Commercial General Liabilitv 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 tiie required per occurrence limit. 10.1.2 Automobile Liabilitv (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 woi-k. _______ • - if |x is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. Bid No. 14-01 street sweeping request for bid 3<] 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement cdhtain, 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 Nbtiibfe provisions of this Agreement. 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 anysums due Contractor under this Agreement 10.5 Submission of Insurance Policies. Citv 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 Carisbad Elusipess License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain conriplete 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, arid make transcripts or copies of records and jany 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 deliviered 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 Qity and Contractor relinquishes all claims to the copyrights in favor of City. 15. PREVAILING WAGE IS NOTREQUIRIED Bid No. 14-01 Street sweeping request for bid 16. 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 Name Title Title Department ... . • ; • Address City of Carisbad Address Phone No. Phone No. • ' • • • • • • • 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 Carisbad 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 wiil 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 arid 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 othenA/ise 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 Bid No. 14-01 street sweeping request for bid 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 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 termiriate 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 p&rcentage 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 propei^ filing arid 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 Bid No. 14-01 street sweeping request for bid n 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 or rights provided for by this Agreement will be tried in a court of competent jurisdictiori 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. // . • - • , • - - // • . •• '•-•".'„• // . II ' :^ • . . . II ; - • . • ,- . II . z. II II . II . II II II II . . • // • • . ^ . . . • • , , // . // , : II • . . . II . : II . •. - . . ' II II II II • Bid No. 14-01 Street sweeping request for bid // // // // 26. AUTHORITY The indiylduals 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 CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) City Manager or Mayor or Division Director as authorized by the City Manager By: (print name/title) (sign here) (print name/title) ATTEST: LORRAINE M. WOOD City Clerk If required by City, proper notarial acknowledgment of execution by contractor 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 BY: Assistant City Attorney Bid No. 14-01 street sweeping request for bid Bid No. 14-01 street sweeping request for bid > .-^ H3 CITY OF CARLSBAD BID 14-01 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: "BID ITEM" - Individual items of work in the CONTFACTOR'S proposal at an agreed price for the work. "CITY" - The CITY of Carisbad. "CITY MANAGER" - The fully appointed CITY MANAGER of the CITY or his authorized representattve. "CONTRACT ADMINISTFATOR" - The PUBLIC WORKS DIRECTOR'S designee for bidding, awarding and administering the CONTFACTOR'S work under this agreement. "CONTFACTOR" - The managing individual of the contracttng entity or his authorized employees or representatives. "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. "DEBRIS" - All litter, rubbish, leaves, sand, dirt, garbage, and other foreign material removable from a paved street with a mechanical street sweeper. "DEFAULT" - Failure to meet or fulfill contractual or agreement obligations; failure to perform; and/or not satisfying the conditions of notice sent by the contract administrator or assigned designee. Bid No. 14-01 Street sweeping request for bid "FULLY OPERATIONAL" - In a condition to undertake the function to adequately complete sweeping schedules. "PARKING LOTS" - Asphalt, concrete or other hard surfaced areas primarily for the parking of automobiles. "PUBLIC WORKS DIRECTOR" - The official designated as the PUBLIC WORKS Director of CITY, or UTILITIES SUPERVISOR any of their authorized representatives. "PERIODIC INSPECTION" - Routinely scheduled or randomly nottced inspection or audit conducted by CITY. "QUALITY OF SWEEPING" - The street sweeper shall leave designated areas of sweeping free of all dirt, litter, debris, and visual dust. "RE-SWEEPS" - Those sweeps required of CONTFACTOR 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 regulariy scheduled street sweeping. Re-sweeps are completed at the expense of CONTRACTOR, and shall be completed within 24-hours of notice, weather permitting. "SPECIAL SWEEPS" - Those required by CITY otherthan regularly scheduled street sweeping and involving unusual conditions such as traffic hazards, parades, etc. Billing for special sweeps is based on an houriy rate with travel time included, if appropriate and approved by the CONTRACT ADMINISTFATOR. "STREETS" - All dedicated public rights-of-way within the existing or future corporate limits ofthe CITY that are paved, whether curbed with or without gutters or uncurbed. "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. "SWEEPINGS" - AH debris removed from streets by street sweeping vehicles. 1.00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY Bid No. 14-01 street sweeping request for bid 1.01 The CONTFACTOR 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 CONTFACTOR'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, in accordance with the attached Appendix "C". 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). 1.03 The CONTRACTOR shall furnish copies of valid commercial driver licenses for ali operators assigned to CITY, whether permanentty or temporarily assigned to CITY. 1.04 Assign to CITY, at all ttmes, a minimum of four, fully operattonal street sweeping vehicles as outtined in this agreement unless written approval from the CONTFACT ADMINISTRATOR has been obtained. Furthermore, CONTRACTOR shall have a reserve operator in case the primary driver becomes iil or is incapacitated for any reason. A penalty of $100 will be assessed for each dav 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 CONTFACTOR'S street sweeper shall leave designated areas that are accessible at the time of sweeping, free of ali dirt, litter, DEBRIS, and visual dust within the control of a fully operattonal 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 a municipal street cleaning to the sattsfaction 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 residenttal) shall have their curb-gutter perimeter swept, including turnouts. Street grade striped medians shall be swept in their entirety. All deposits within intersecttons shall 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 CONTFACTOR Bid No. 14-01 street sweeping request for bid shall use whatever legal means necessary to maintain the cleanliness of these areas. Including the use of portable air blower's. 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 listtng the locattons of roadways that cannot be adequately swept because of obstructtons such as low hanging limbs or vehicles parked on CITY streets for extended periods of time. The CONTFACTOR shall report these locations, by address, to CITY'S CONTRACT ADMINISTFATOR, 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 CONTFACTOR 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 regulariy scheduled street sweeping shall be adhered to by CONTFACTOR unless deviatton from the approve schedule is authorized by the CONTFACT 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 regulariy scheduled sweeping cycle. The CONTFACTOR shall perform ali 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 residenttal 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-hour standby period between 7:00 a.m. and 9:00 a.m. shall be observed before a scheduled residenttal 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 regulariy scheduled sweeping day, said sweeping area shall be swept with two (2) days of the regulariy scheduled sweeping day. Rescheduled Bid No. 14-01 street sweeping request for bid sweeping days shall not affect the next regulariy scheduled sweeping cycle. The CONTFACTOR shall perform all rescheduled work at no additional cost to the City. 1.15 The CONTFACTOR shall submit a schedule annually clearly indicattng deviattons to the regular sweeping cycle cause by holidays. The CONTFACT ADMINISTRATOR shall review the schedule and shall approve or return the schedule to the CONTFACTOR 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 CONTFACT ADMINISTRATOR. In addition to the daily work required hereunder, the CONTFACT ADMINISTFATOR, or the authorized designee may request addittonal non emergency SPECIAL SWEEPS. The CONTRACTOR, as provider of sweeping services for CITY, shall be required to provide these street sweeping services. The CONTFACT ADMINISTRATOR or his designated representative shall request SPECIAL SWEEPS with 48-hour nottce. The CONTRACTOR shall be compensated for SPECIAL SWEEPS at the houriy rate indicated in the BID ITEM. Minimum compensatton for emergency and non-emergency SPECIAL SWEEPS shall be two (2) hours including travel ttme. 1.17 CONTFACTOR shall notify CITY should CONTRACTOR have an emergency, and the Director shall determine whether CONTFACTOR is released of complettng 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 notify CITY should CONTFACTOR have an emergency, and the CONTFACT ADMINISTFATOR 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. 1.19 CONTFACTOR 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 ADMINISTFATOR. The CONTRACTOR is not responsible for said debris disposal costs, however, the CONTRACTOR shall arrange for CITY to be billed directty 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 quantittes to regulatory agencies. With thirty (30) days written notice, the CONTFACT ADMINISTFATOR may notify the CONTRACTOR to make direct payments for debris disposal costs. The CITY shall reimburse the CONTFACTOR for said costs. CONTRACTOR'S actual debris disposal invoices are subject to review and approval by the CONTRACT ADMINISTRATOR. Bid No. 14-01 Street sweeping request for bid The CONTFACTOR 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 identificatton, and operator signature for each delivery. The CONTFACTOR 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. 1.20 CONTFACTOR shall make all necessary arrangements through the proper Water Districts to obtain water meters and shall pay for water necessary to the CONTFACTOR'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 Carisbad Municipal Water District Olivenhain Municipal Water District Vallecitos Municipal Water District 1.21 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 esttmated annual amount of this agreement. 2.00 STREETS TO BE SWEPT 2.01 The service areas, hours of operation, and esttmated frequencies of service underthe provisions ofthis CONTRACT are detailed in Appendix "C". 2.02 CONTFACTOR 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. 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 ail required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth Bid No. 14-01 street sweeping request for bid 5 (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTFACTOR under the terms and condittons of this CONTFACT. 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 ADMINISTFATOR and that applicable certificattons have been submitted in accordance with the provisions of this CONTRACT. 3.02 The CONTFACTOR'S monthly invoices shall be prepared and submitted in an electronic format, cleariy indicattng 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 CONTFACT ADMINISTFATOR for approval. CONTFACTOR shall submit a fully itemized monthly bill to the CONTFACT ADMINISTRATOR, or designee, listtng odometer readings and GPS records to permit audittng of sweeping mileage. 3.03 Separate invoices for approved SPECIAL SWEEPS shall be prepared and submitted in an electronic format acceptable to the CONTFACT ADMINISTFATOR, 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 othenA/ise requested by the CONTRACT ADMINISTFATOR, one invoice shall be submitted for each discrete and complete item of SPECIAL SWEEPS. 3.04 In the event the CITY transfers titte, maintenance responsibility, or changes service frequency of a portion thereof, this CONTRACT shall conttnue in full force and effect, except said portion, at the discretton of the CONTRACT ADMINISTFATOR, may be deleted from the sweeping schedule and the CONTRACT sum shall be reduced accordingly. The CONTRACT ADMINISTFATOR may, at his discretton, add new streets or lots to be swept and/or require addittonal services. The CONTRACTOR shall be compensated for the addittonal facilittes or services that are designated after the date of the commencement of this CONTFACT 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. The CONTRACTOR agrees that increases or reduction of quantittes in an amount less than twenty-ttve (25) percent of any individual BID ITEM shall not be grounds for renegottation 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. Renegottation of any BID ITEM, applies to that BID ITEM only. Other BID ITEMS shall not be affected by these provisions. Any negottated changes in these bid item prices shall be contingent upon both parties executtng a written amendment to this agreement. Bid No. 14-01 street sweeping request for bid ^ ^ P The CONTFACTOR is notified and signifies consent to the following provision by entering this agreement that the CONTFACT ADMISTRATOR may delete BID ITEM No. three (3) Seawall Sweeping Services and BID ITEM No. four (4) Coastal Rail Trail Sweeping Services at any ttme. ff the CONTRACT ADMINSITRATOR deletes CONTFACTOR service on these BID ITEMS provisions regarding renegottatton of a BID ITEM do not apply. The CONTRACTOR agrees that increases or reductton in the curb mile bid item less than ten (10) CURB MILES per month shall be considered incidental to the work and the compensatton shall not be increased or decreased unttl such a ttme 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 ADMINISTFATOR 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 CONTFACT ADMINISTFATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. In additton to deductions sttpulated in other sections of this agreement, the CONTRACT ADMINISTRATOR may enforce deductions in accordance with Section 4.00. The CONTRACT ADMINISTRATOR shall prepare and implement an INSPECTION RATING SYSTEM to be used to verify monthly payments and deducfions from payments (see sample rattng system as Appendix "B"). This form and system may be modified at the discretion of the CONTRACT ADMINISTFATOR. 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, CONTFACTOR must receive a rating of 95 or higher per service area as described in Appendix "B". 4.03 If, in the judgment of the CONTFACT ADMINISTFATOR, the CONTRACTOR is deemed to be non-compliant with the terms and obligattons of the CONTRACT, the CONTFACT ADMINISTRATOR, may, in addition to other remedies provided herein, withhold the enttre monthly payment, deduct pro-rata from the CONTRACTOR'S invoice for work not performed, and/or deduct liquidated damages. Notificafion of the amount to be withheld or deducted from payments to CONTRACTOR will be fon^/arded to the CONTRACTOR by the CONTFACT ADMINISTRATOR in a written nofice describing the reasons for said action. The monthly INSPECTION FATING SYSTEM report shall constitute reason for any deducttons so imposed. 4.04 The acfion 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 ofthis CONTRACT. Bid No. 14-01 Street sweeping request for bid J 0 5.00 INSPECTIONS. MEETINGS. & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S equipment, at any ttme for the purpose of verifying CONTRACTOR'S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTFACTOR or his authorized representative shall meet with the CONTFACT ADMINISTRATOR or his representattve on each site at the discretion and convenience of the CONTFACT ADMINISTRATOR, for walk-through inspections. All routtne maintenance functtons shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representattve, shall attend meetings and/or training sessions, as determined by the CONTFACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTFACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTFACTOR shall provide to the CONTRACT ADMINISTFATOR such written documentatton and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTFACTOR'S performance under this CONTFACT and to provide to the CONTFACT ADMINISTFATOR pertinent information relative to the maintenance, operation, and safety ofthe sites. 6.00 SPECIAL SWEEPS 6.01 The CITY may award emergency and non-emergency SPECIAL SWEEPS to the CONTFACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTFATOR. 6.02 ff the CONTRACT ADMINISTFATOR determines that the SPECIAL SWEEPS can be performed by CONTRACTOR'S present work force, CONTFACT ADMINISTRATOR may authorize modificafion of the CONTFACTOR'S Roufine Operations Schedule or Annual Calendar in order to compensate CONTRACTOR for performing said work. 6.03 SPECIAL SWEEPS shall be performed by the CONTFACTOR at the BID ITEM price for SPECIAL SWEEPS. The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR in writtng and shall specify a ttme period for completing said SPECIAL SWEEPS. Bid No. 14-01 Street sweeping request for bid ^ 6.05 When a condition exists which the CONTFACT ADMINISTFATOR deems urgent, the CONTFACT ADMINISTRATOR may verbally authorize SPECIAL SWEEPS to be performed. However, within twenty-four (24) hours after receiving a verbal authorization, the CONTFACTOR shall submit a written esttmate, consistent with the verbal authorization, to the CONTFACT 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 ttme allotted. 7.00 CONTFACTOR'S DAMAGES 7.01 All damages incurred to existing facilittes by the CONTFACTOR'S operation shall be repaired or replaced, by the CONTRACTOR or by other forces, all at the discretion of the CONTFACT ADMINISTRATOR, all at the CONTRACTOR'S expense. 8.00 COMMUNICATIONS AND EMERGENCY RESPONSE 8.01 The CONTRACTOR shall, during the term ofthis CONTFACT, 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 notificafion; but in all cases within two (2) hours, to the safisfaction of the CONTFACT ADMINISTRATOR. If any emergency service request is not responded to in two (2) hours, the CONTRACT ADMINISTFATOR shall be notified immediately of the reason for not meefing the required response time followed by a written report to the CONTFACT ADMINISTFATOR within two (2) working days. 8.03 Whenever immediate actton is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such acfion to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTFATOR, 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 administrafive 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-actton. Said log of complaints shall be open to the inspectton of the CONTRACT ADMINISTRATOR at all reasonable ttmes. Bid No. 14-01 Street sweeping request for bid t35 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 ttme. 9.00 SAFETY 9.01 CONTRACTOR agrees to perform all work outtined in this CONTFACT in such a manner as to meet all accepted standards for safe practices during the performance of his duttes and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees addittonally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all ttmes so as to protect all persons, including CONTFACTOR'S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTFACTOR 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. 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 CONTFACT ADMINISTFATOR. 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. Bid No. 14-01 Street sweeping request for bid 11.00 SWEEPING SCHEDULES 11.01 The CONTRACTOR shall, within thirty (30) days after the award of bid of this CONTRACT, submit work schedules to the CONTRACT ADMINISTFATOR for review and approval. Said work schedules shall identify required operations and delineate the fime frames for performance. A Roufine 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 CONTFACT ADMINISTFATOR. Said revisions shall be submitted to the CONTFACT ADMINISTFATOR for his review and approval, within five (5) working days priorto the original or revised scheduled ttme forthe work, whichever is eariier. 12.00 CONTRACTOR'S STAFF AND TRAINING 12.01 The CONTFACTOR shall provide sufficient personnel to perform ali work in accordance with the specification set forth herein. 12.02 In cooperation with the Carisbad Police Department, CONTFACTOR agrees to, and to pay for, background checks if required by the CONTFACT ADMINISTFATOR on all personnel providing sweeping services for this contract. In the event such background check reveals an item, which Carisbad 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 forthe posifion in which each is working, as set forth in Attachment B. 12.04 CONTRACTOR shall have a "Local" representattve 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 counfies. CONTFACTOR shall provide, prior to commencement of work under this Agreement, in writtng 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 coordinafing 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 fime 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 Bid No. 14-01 Street sweeping request for bid ~J 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 ttme 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. CONTFACTOR shall meet with representattves of the CONTRACT ADMINISTFATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTFACT ADMINISTFATOR that the conduct and activittes of CONTFACTOR'S employees will not be detrimental to the interest of the public patronizing the premises. 12.08 The CONTRACT ADMINISTFATOR may at any ttme order any of the CONTRACTOR'S personnel removed from the premises when, in the reasonable belief of the CONTFACT ADMINISTRATOR, said CONTFACTOR'S personnel is objecttonable, 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 cleariy marked with the CONTRACTOR'S company name and employee name badges as approved by the CONTFACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the CONTFACTOR'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 Regulattons. Brightty 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 CONTFACTOR'S operafions 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 Appendix "C". The CONTRACTOR is hereby notified that specific hours of service are required as identified in Appendix Bid No. 14-01 Street sweeping request for bid "C". Further, any schedule of such operafions may be modified by CONTFACT 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 CONTFACTOR refuses or fails to prosecute this agreement or any separable item of part thereof with such diligence as will ensure its completion within the fime specified by the CITY or any extension thereof, or fails to complete such work within such fime, or if the CONTFACTOR 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 CONTFACTOR 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 CONTFACTOR persistently disregards laws, ordinances, or instruction of CITY, CITY may serve written notice upon the CONTFACTOR and CONTFACTOR'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 nofice, such violations shall cease and safisfactory arrangements for the corrections thereof be made, this agreement shall upon the expirafion of said fime, be in DEFAULT. Upon such DEFAULT, CITY shall serve written notice thereof upon the surety and CONTFACTOR. 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 Nottce of Default, give CITY written nottce of its intenfion to take over and perform this agreement or does not commence performance thereof within thirty (30) days from the date of CITY'S nofice, 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 its 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 Bid No. 14-01 Street sweeping request for bid 5<^ 15.01 The CITY is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the direcfives of the Drug Free Workplace Act. As a condition of this agreement, CONTRACTOR and CONTFACTOR'S employees shall assist meefing the requirements of this policy as set forth in the "City of Carisbad Drug and Alcohol Use Policy" incorporated by reference herein. CONTRACTOR agrees that CONTFACTOR and CONTFACTOR'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. CONTFACTOR 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. CITY has the right to terminate, or declare this or any other agreement CONTFACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees are determined by the CONTFACT ADMINISTFATOR to have breached the provisions of Section 15 herein as interpreted and enforced pursuant to the provision of the "City of Carisbad 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 ADMINISTFATOR. 17.00 SEAWALL AND RAIL TRAIL SWEEPING SERVICE 17.01 The CITY is requesfing as a portion of this proposal. CONTRACTOR sweeping ofthe Coastal Rail Trail and Seawall. 17.02 Sweeping services for the Coastal Rail Trail include sweeping of the enfire 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 enfire 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 Carisbad Boulevard to the Seawall and stainA/ays down from the Seawall to the sand surface ofthe beach. Bid No. 14-01 Street sweeping request for bid 17.04 The CONTRACTOR shall transport materials picked up in the sweeping process to locations marked at the Tamarack State Beach Park. The CONTFACTOR SHALL deposit clean sand sweepings from the Seawall at the site in locations approved by the CONTRACT ADMINISTFATOR. 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 CONTFACTOR shall submit equipment proposed for use on this portion of the work and shall fully invesfigate the service area and shall demonstrate that equipment proposed for use is sized appropriately and adequately sized to navigate and service the Seawall. The CONTFACTOR may store his equipment at the Public Works Streets and Facilifies Maintenance yard at 405 Oak Avenue. . 17.05 Provisions regarding GPS (secfion 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. Bid No. 14-01 Street sweeping request for bid ^ EXHIBIT "A" PART II EQUIPMENT SPECIFICATIONS 18.00 STREET SWEEPERS 18.01 The quality and quantity of the equipment used by CONTFACTOR 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 regenerafive air vacuum type. One (1) back-up sweeper shall be broom type and one (1) backup sweeper shall be vacuum type or regenerafive 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 CONTFACTOR shall provide one month prior to any subsequent extension year the Make, Model, and Year of sweeper equipment to be used in CITY. The CONTFACTOR shall submit Department of Motor Vehicle registrafion copies to the CONTRACT ADMINISTFATOR 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 qualificafions. Bid No. 14-01 Street sweeping request for bid Manufacturer's Equipment Specifications shall be mailed or facsimiled to CITY whenever new equipment is added to the CONTFACTOR'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 fimes 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 CONTFACTOR 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 properiy disposed. Each sweeper provided by the CONTFACTOR 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 Carisbad" 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 1.19. Automafic vehicle locafion device (vehicle locafion and management system [e.g., GPS]). See Secfion 20.0 for specific requirements. 19.00 EQUIPMENT LOCATION AND REPAIR REQUIREMENTS Bid No. 14-01 Street sweeping request for bid 19.01 CITY requires that all equipment (both primary and backup sweepers) to be used for performing services under this agreement be kept within (5) miles 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 CONTFACTOR shall store this equipment in specific areas as directed by the CONTFACT. 19.03 CONTFACTOR shall maintain a facility for repair and care of sweepers used in CITY. Brushes and brooms shall be maintained in proper condifion and shall be replaced as recommended by the manufacturer, or when pick-up ability becomes impaired. 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 CONTFACTOR shall be listed as a part of the detailed inventory to support the CONTRACTOR'S qualifications. 19.05 The CONTFACTOR'S equipment and equipment service, including warranty repair, records shall be subject to periodic inspecfion by CITY. Should warranty work be undocumented by warrantor, CONTFACTOR shall notify the City of scheduled or unscheduled warranty repairs and log the warranty work within CONTFACTOR records. Scheduled or unscheduled equipment maintenance and/or repairs shall be noficed to CITY immediately, with anficipated date and ttme 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 CONTFACT 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 wrifing within 24 hours of said accident to CITY. 20.00 GPS EQUIPMENT AND SOFTWARE Bid No. 14-01 Street sweeping request for bid 6^1 20.01 The CONTRACTOR shall provide automafic vehicle location device (vehicle Iocatton 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 CONTFACTOR shall provide associated software programs, which will report all street sweeping acfivity. The associated software shall be provided at no cost to the CITY including monthly monitoring charges. The CONTFACTOR 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 uttlizing Microsoft Windows 2007 or Windows XP. Software shall be capable of demonstrating real-ttme location, speed and path of travel of equipment equipped with GPS systems. Software shall be capable of recording and printing daily activity logs indicattng actual miles traveled, ground speed of equipment, the location of equipment at any given fime and any other information that is suitable for documenfing actual work performed by the CONTRACTOR under this agreement. GPS Tracking must include provisions to indicate broom head position. The CONTRACTOR shall have a tachograph system to backup GPS in the event of a system failure and shall submit an inifialed tachograph chart for any period of work with the monthly invoice for any day of work that the GPS system is non-operational. The CONTFACTOR shall provide adequate training on an annual basis for CITY staff in the operation and use of this system. The CONTFACTOR shall respond to a GPS data request by the CONTFACT ADMINSTRSTOR in one working day eight hours.(8) Should any device fail, or need repair, the CONTFACTOR shall Immediately report that the GPS is inoperattve to CITY, ff the CONTFACTOR'S software or monitoring website fails, the CONTFACT ADMINISTFATOR 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 CONTFACTOR for each twenty-four (24) hour period, or portions thereof, that the system is unavailable to the CITY. Bid No. 14-01 Street sweeping request for bid P) EXHIBIT "B" CONTRACTOR'S WORK FORCE Bid No. 14-01 The CONTRACTOR shall set forth in Exhibit B to the proposed CONTFACT: A. Each labor or supervisory posifion by titte that will make up the CONTRACTOR'S work force needed to provide the described services. B. A sufficienfiy detailed explanatton of the minimum qualificafions for a person working in each position titte, including any required licenses and/or certifications. C. The minimum annual man-hours for each position titte that the CONTRACTOR proposes to commit to the performance ofthe described services. D. A list and descripfion of the qualifications of other pertinent staff that are not to be direcfiy 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 Qualificafions, if needed. Label any such pages "Exhibit B - Addifional Information" along with the appropriate position tifie(s) corresponding to this fonn. A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 1. 2. Bid No. 14-01 Street sweeping request for bid EXHIBIT "B" Page 2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 4. 5. 6. 7. 8. 9. 10. Bid No. 14-01 Street sweeping request for bid ^1 Bid No. 14-01 Street sweeping request for bid EXHIBIT "B" Pages CONTRACTOR'S WORK FORCE (Confinued) D. Other Staff Support Title Description / Qualifications 1. 2. 3. 4. 5. E. Description of CONT RACTOR'S employee training program Bid No. 14-01 Street sweeping request for bid P^ EXHIBIT "C" LISTING OF SUBCONTRACTORS Bid No. 14-01 The CONTFACTOR is required to furnish the following information relafive 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 LICENSE NUMBER AND CLASS ADDRESS AND TELEPHONE TYPE AND PORTION OF WORK SUBCONTRACTOR WILL PERFORM Bid No. 14-01 Street sweeping request for bid EXHIBIT "D" CONTRACTOR'S EQUIPMENT Bid No. 14-01 The CONTRACTOR shall set forth in Attachment "D" to the proposed CONTRACT: 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. Quantity of each equipment item to be used in the performance of the described services. 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 descripfion. 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 addittonal pages, if needed. Label any such pages "Exhibit D - Addifional Informafion". A. EQUIPMENT ITEM DESCRIPTION B. QUANTITY C. TOTAL ANNUAL HOURS 1. 2. 3. 4. 5. 6. Bid No. 14-01 Street sweeping request for bid 7 EXHIBIT "D" Page 2 CONTRACTOR'S EQUIPMENT (Continued) A. EQUIPMENT ITEM DESCRIPTION B. QUANTITY C. TOTAL ANNUAL HOURS 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. Bid No. 14-01 Street sweeping request for bid -72 Laguna Drive: Kremeyer Circle: Washington Street: Lincoln Street: Oak Avenue: Between Jefferson Street and 1-5. Posted 8:00a.m. to 12:00 noon, let & 3m Tuesday each month. Between Laguna Drive and end. Posted 8:00 a.m. to 12:00 noon, 3m Tuesday each month. Between Cartsbad Village Drive and Oak Avenue. Posted 8:00 a.m.to 12:00 noon, 1st&3mTuesday each month. Oak Avenue to Cartsbad Boulevard. Posted 8:00 a.m. to 12:00 noon, lat & 3mTuesday each month. Between Washington Street and Lincoln Street. Posted 8:00 a.m. to 12:00 noon,1at & 3mTuesday each month. Monroe Street: Tyler Street: Davis Avenue: Davis Place: Knowles Avenue: ' Between Chestnut Avenue and Basswood. Posted 4:00a.m.to6:00a.m., 1st&3m Wednesday each month. Between Oak Avenue and Chestnut Avenue. Posted 5:00a.m.and 7:00a.m.,1«t&3mTuesday each month. Between Laguna Drive and Knowles Avenue. Posted 8:00a.m.to 12:00 noon, 1st & 3mWednesday each month. Between Davis Avenue and the end. Posted 8:00a.m. to 12:00 noon, 1st ard 3m Wednesday each month. Between Jefferson Street and 1-5 Freeway. Posted 8:00 a.m. to 12:00 noon, 1st and 3m Wednesday each month. Bid No. 14-01 street sweeping request for bid 73 City of Carisbad Parking Lots and Sweeping Frequencies Frequency per Location Est SQ FT month SQ ft per month Aviara Park 60,000 2 120,000 Beach Bluff 17,875 2 35,750 Calavera Hills Trailhead 2,500 2 5,000 Calavera Park 56,715 2 113,430 City Hall 36,300 2 72,600 Cole Library 50,964 2 101,928 Dove Library 98,516 2 197,032 Faraday 98,635 2 197,270 Farmer's Building 209,017 Fountain 15,000 2 30,000 Garfield 20,000 2 40,000 Harding Center 11,200 2 22,400 Hidden Canyon Park 5,520 2 11,040 Holiday Park 18,500 2 37,000 Hosp Grove 13,750 2 27,500 La Costa Canyon Park 8,800 2 17,600 Learning Center (Girls Club) 8,100 2 16,200 Magee Park 5,000 2 10,000 Old Train Depot 27,260 2 54,520 Parks Yard 13,500 2 27,000 Pine Park 34,000 2 68,000 Poinsettia Park 88,825 2 177,650 Roosevelt - North 18,460 2 36.920 Roosevelt - South 15,525 2 31,050 Safety Center 37,600 2 75,200 School Admin 19,375 2 38,750 Senior Center 62,500 2 125,000 Stagecoach Park 96,700 2 193,400 State Street 14,900 2 29,800 Streets Dept 8,600 2 17,200 Swim Complex 19,574 2 39,148 Vera Cruz 24,000 2 48,000 Washington Street 14.672 2 29,344 Water District 27,200 1 27,200 Wickham Way 19,500 2 39,000 Total 1,060,583 2,119,949 Bid No. 14-01 street sweeping request for bid 7^ nd Abanto Street 2 Abedul Place 2"^ Abedul Street 2"^ Abelia Avenue 1®^ Aberdeen Court 2"^^ and and and and and th 4 4th 4th ^rd 4th rd Acacia Avenue 1®^ and 3 Acuna Court 2""^ and 4*'' Friday Friday Friday Friday Friday Tuesday Friday Adams Street Basswood to Chestnut 1^^ and 3^^^ Wednesday Tamarack to Park 2"^ and 4^^ Tuesday Tamarack to Chestnut 2"*^ and 4*^ Wednesday Afton Way 1^^ and 3'" Wednesday Aircraft Road Private road Aldea Place 1^* and 3'"^ Monday Alder Avenue 2"'' and 4**" Wednesday C/TY OF CARLSBAD Street Sweeping Schedule Antelope Street 2""^ and 4*^ Friday Appian Road 1^* and 3'"^ Thursday Arbuckle Place 1^^ and 3'''^ Tuesday Arbusto Court 2"'' and 4^^ Monday Arenal Road 1^* and 3'^ Friday and 4 Alga Road 2 Alicante Road 2""^ and Almaden Lane '^"^ Alondra Way Althea Lane Altisma Way 2"° and Altiva Place 2"" and Alyssum Road 1^* and Amante Court 1®* and th ith Friday Friday 2"° and 4^" Friday ...2"^ and 4*" Thursday 2"^ and 4*'' Wednesday nd 4th 4th 3rd 3rd ith Friday Friday Friday Friday Amargosa Drive 2"^ and 4'" Monday Ambrosia Lane 1®* and 3"^^ Friday Ames Place 1®^ and 3'"^ Thursday Anatra Court 1^* and S'"* Friday Anchor Way 1®* and 3^^ Tuesday Adrea Avenue 2"^ and 4^^ Wednesday Anillo Way 1^* and 3'° Monday »rd Ann Drive 1^' and 3'^^ Wednesday Anta Court 2""^ and 4*'' Friday Argonauta Street 2"^ and 4'" Friday Argonauta Way .....2"'^ and 4*^ Friday Wednesday 4^*^ Tuesday th ith Arland Road 1'^and 3 Armada Drive 2" Ashby Court 2""^ and 4'" Thursday Aster Place 1'^ and 3'"^ Friday Aston Avenue 2"^ and 4*^ Wednesday Atadero Court 2""^ and 4'" Monday 3'"^ Thursday 3'"^ Thursday ith Athens Way 1^^ and Auburn Avenue 1^^ and Aura Circle 2"^ and 4'" Thursday ith Auto Center Court 2""^ and 4*^ Tuesday Avalon Avenue 1^* and 3'^^ Thursday Avenida Anacapa 2""^ and 4*^ Monday Avenida Belecho 1®^ and 3'"^ Monday Avenida Castana 1^* and 3'"^ Monday Avenida Cereza 1^^ and 3^^ Monday Avenida Ciruela 1^^ and 3'° Monday >rd Avenida de Anita 2"^ and 4'" Thursday ith Avenida de Louisa 2"^ and 4'" Thursday ith Avenida de Sueno 2"^ and 4'" Monday ith Avenida del Alba 2"'' and 4*^ Monday Avenida del Paraiso St 2"'' and 4^^ Friday Avenida Diestro 2"" and 4'" Monday Avenida Encinas Cannon to Poinsettia 2"^ and 4^^ Tuesday Poinsettia to Carlsbad Blvd 1^* and 3'^ Friday Avenida Helecho 1®* and 3^^ Monday ith Bid No. 14-01 Street sweeping request for bid -4 CITY OF CARLSBAD Street Sweeping Schedule and 4^^ and 4*^ and 4^^ and 4^^ and 3'"'' and 4 th Monday Monday Monday Monday Monday Monday Avenida la Cima 2"^ Avenida Nieve 2"^ Avenida Obertura 2"^ Avenida Pantera 2"^ Avenida Pimentera 1®^ Avenida Theresa 2"^ Avenida Toronja 1®^ and 3''^ Monday Avenue ofthe Trees Private road Aviara Drive 1^* and 3'"'^ Friday Aviara Parkway 2""^ and 4*^ Friday Avila Avenue 2"" and 4*^ Thursday Avocado Lane 1®* and S'" Tuesday Avondale Circle 1®* and 3'"^ Wednesday Azahar Court 1'^ and 3'"^ Monday Azahar Place 1^^ and 3'*^ Monday Azahar Street 1'^ and 3'"^ Monday Azalea Place 1^* and 3'^ Friday Babilonia Street 2"" and 4^^ Friday Badajoz Place 1^* and 3'^ Monday Bajo Court 1'^ and 3'^ Monday Baldwin Lane 1®* and 3'"^ Tuesday Balfour Court 2"'' and 4^^ Wednesday Banbury Court 1^* and 3'"^ Thursday Banff Court 2"^ and 4*^ Thursday Barberry Place 1^* and S'" Friday Barranca Court 2"^ and 4^^ Thursday Basalto Street 2"^ and 4*^ Friday Basswood Avenue 1®* and 3^^ Wednesday Batiquitos Drive 1®* and 3^^ Friday Bayshore Drive 2""^ and 4^^ Tuesday Bayview Place 2"'' and 4*^ Thursday Beach Bluff Road 2""^ and 4*^ Tuesday Beacon Bay Drive 1^* and 3^^^ Friday Bedford Circle 1^* and 3'''^ Wednesday Beech Avenue 1®^ and 3'"^ Tuesday Begonia Court 1^* and 3'^ Friday Belle Lane 1'* and 3'° Wednesday Belleflower Road 1^^ and 3'" Friday Berkeley Avenue 1^* and 3""^ Thursday »rd and 4**^ Thursday 3''' Friday 3rd Friday Bienvenida Circle 2"^ Bittern Court 1^* and Black Rail Court 1^^ and Black Swan Place 1^* and 3'"^ Friday Blackbird Circle 1'* and 3'^ Friday Blenkarne Drive 1^* and 3''^ Wednesday Blue Bonnet Place 1^^ and 3'" Friday Blue Dolphin Way 1^* and 3'" Friday Blue Orchid Lane 1st and 3"^^ Friday Blue Point Drive 1^* and 3'^ Friday Blue Whale Court Not built yet Bluff Court 2"" and 4*^ Thursday Boca Street 1^^ and 3'"^ Monday Bolero Street 2""^ and 4^" Friday Bolo Place 1^* and 3''' Monday Bonita Lane 1^* and 3^^^ Wednesday Boria Place 1^*and 3'^ Botella Place I^^and ith Bowsprit 1^* and 3'° Friday Brady Circle 2"" and 4*^ Wednesday Monday 3'"^ Monday rd Branta Avenue 1^* and 3'"^ Friday Brava Street 1^^ and 3'"^ Monday Brigatine Drive 1^* and 3'"^ Friday Brighton Road 1^^ and 3'^ Thursday Brittany Way 2"'' and 4*^ Thursday Brookwood Court 2"'' and 4**^ Thursday Buckingham Lane 1^* and 3'''^ Thursday Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Buena Place 1^* and 3'"'^ Tuesday Buena Vista Circle f ^ and 3'"^ Tuesday Buena Vista Way Jefferson to 1-5 1^* and 3'"^ Tuesday Jefferson to Davis 1^^ and 3^^ Wednesday Pio Pico to Valley 1'^ and 3'^ Wednesday Burgos Court 1^* and 3'" Monday Buttercup Road 1'* and 3'^ Friday Buttes Road 1'* and 3'^ Wednesday Byron Place 2"^ and 4*^ Monday Cabela Place 1^* and 3'^ Friday Cabo Court 1'* and 3'^ Monday Cabo Way 1^* and 3'^ Monday Cacatua Court 2"^ and 4^^ Friday Cacatua Place 2""^ and 4*^ Friday Cacatua Street 2"^ and 4^^ Friday Cadencia Street 1^* and 3'"^ Monday Calaveras Drive Gated community - not swept Calavo Court 2"'' and 4^^ Tuesday Caldera Place 2"^ and 4*^ Thursday Caleta Court 1^^ and 3'^ Friday Calidris Lane 1®^ and 3'"^ Friday Calina Way 1®^ and Calle Acervo 2"" and Calle Barcelona ECR to Rancho Santa Fe 1^* and Calle Catalonia 2"^ and Calle Cordoba 2""^ and Calle Cozumel 2""^ and Calle Gavanzo 2"'' and Calle Hacienda 2"" and 4 3rd 4th Monday Monday 3rd 4th 4th 4th 4 th th Monday Monday Monday Monday Monday Thursday Calle Jalisco 2"^ and 4^'' Monday Ca Ca Ca Ca Ca Ca Ca Ca Ca Ca Ca Ca Ca Ca le Madero st le Oliva. st and le Madrid 2"'' and and and and >rd 4th 3rd 3rd ord le Pina Bete 1^* le Pinon 1^^ le Posada 2"^ and 4 le San Bias 2"^ and 4 le San Felipe 2"" and 4 le Susana 2"^ and 4^^ le Timiteo 1^* and 3''' Monday Monday Monday Monday Monday Monday Monday Monday Thursday Monday le Vallarta 2""^ and 4^^ Monday le Verso not in Thomas Guide liandra Road 1®* and 3^"^ Friday meria Place 1^^ and 3^^ Friday Camden Circle 1^^ and 3^^ Wednesday Camellia Place 1^* and 3"^ Tuesday Cameo Road 2"'' and 4^^ Wednesday Caminito del Mar 1^^ and 3'" Friday Caminito del Reposo 1^^ and 3^^ Friday Caminito del Sol 1^* and S'"" Friday Caminito Estrada 1®* and 3'^ Friday Caminito Madrigal 1^* and 3''^ Friday Caminito Rosa 1^^ and 3'"'' Friday Caminito Verde 1®* and 3''^ Friday Camino Alegre 2"'' and 4**" Monday Camino Alvaro 2""^ and 4*^ Monday Camino Arena 2"'' and 4*^ Monday Camino Coronado 2"^ and 4^^ Monday Camino Corte 2"^ and 4*^ Monday Camino de Amigos 2"^ and 4^^ Friday Camino de las Ondas 1^^ and 3^^ Friday Camino de los Coches 2"^ and 4^" Monday ith Camino del Parque 1®^ and 3''^ Friday Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Camino del Prado 1^^ and 3^"^ Friday Camino del Sol Circle 2"^ and 4^^ Tuesday 4th 4th 4th 4th 3rd 3rd Camino Gato 2"'' and 4'" Monday Camino Hills Drive 2"" and Camino Largo 2"^ and Camino Undo 2"^ and Camino Montego 2"^ and Camino Rebledo 1®^ and Camino Serbal 1^* and Camino Vida Roble 2"" and 4^^ Wednesday Camphor Place 1^^ and 3'" Wednesday Candil Place 2"^ and 4^" Cannas Court 1^* and 3^^ Cannon Road Carisbad Blvd to El Camino Real 2"*^ and 4^'' Tuesday Cantero Way 1^* and 3"^ Monday Monday Monday Monday Monday Monday Monday Friday Friday Carnaby Court 1^^ and 3'^ Thursday Carnafion Drive 1 and 3'^ Friday Carol Place 1'^ and 3'"^ Monday Carpa Court 1^* and 3'" Monday Carrillo Way Melrose Dr to Paseo Aspada 2"^ and 4^" Friday Casca Way 1^^ and 3'° Monday Cassia Road 2"'' and 4*^ Monday Cassins Street 1^^ and 3^^ Friday Castilla Place 1^* and 3'^ Monday Catalina Drive 1^^ and 3''' Thursday Catalpa Road 1'* and 3''^ Friday Cavern Place 2"^ and 4^'' Thursday Cayenne Lane 2"^ and 4*^ Friday Cazadero Drive 2"^^ and 4**^ Friday Cebu Court 2"^ and 4*^ Friday Cebu Place 2"^ and 4*^ Friday Cedar Avenue Renamed >rd and 4 Tuesday Cantil Street 2"'' and 4^^ Friday Canyon Place Private Canyon Street 1^* and 3^^ Wednesday Celinda Drive 1'^ and 3'^ Wednesday Capazo Court 2"^ and 4*^ Friday Centella Street 1^* and 3'^ Monday Cereus Court 1^* and 3'"^ Friday Cerezo Drive 2""^ and 4^^ Tuesday Chancery Court 1^^ and 3'*^ Thursday Charleen Circle 1^^ and 3'^ Wednesday Charter Oak Drive 1'* and 3'^ Wednesday Chatham Road 2"'' and 4*^ Thursday Chelsea Court 1'* and 3'^ Thursday Cherry Avenue 1^^ and 3'"^ Tuesday Cheshire Avenue 2""^ and 4^^ Thursday Chestnut Avenue Carlsbad Blvd. To 1-5 1^* and 3'"^ Tuesday Pio Pico to ECR 1^^ and 3'^ Wednesday ECR to Pontiac 1^* and 3''' Thursday Cape Aire Lane 2"^ Cape May Place 2""^ and 4*'' Tuesday Car Country Drive 2"" and 4^^ Tuesday Caracol Court 1'^ and S'"* Friday Caringa Way 2"^ and 4*^ Friday Carlina Street 1^* and 3'"'' Monday Carlsbad Blvd Every Friday Carisbad Village Drive Carlsbad Blvd to Pio Pico Mon., Wed., Fri. weekly Pio Pico to ECR 1^* and 3'"^ Wednesday ECR to Glasgow 2"^ and 4^^ Thursday Tamarack Ave to College BLVD. 2"*^ and 4*^ Thursday Carmel Drive 1^* and 3'"^ Thursday 0^ Bid No. 14-01 street sweeping request for bid Chinquapin Avenue Carisbad Blvd. to 1-5. to Hillside 1'^and 3^° Tuesday 1-5 >rd 2"^ and 4'" Tuesday ith Chiriqui Lane 2""^ and 4'" Friday Choriito Street 2""^ and 4^^ Friday Christiansen Way 1^^ and 3^^ Tuesday Chuparosa Way 1^^ and 3"^^ Wednesday Cielo Place 1^^ and 3'*^ Monday C/TY OF CARLSBAD Street Sweeping Schedule Corte Cadiz 2"'' Corte Cardo 2"^ Corte Carolina 2"^ Corte Castillo 2"'' Corte Celeste 2""^ Corte Cicuta 1^^ and Corte Cidro 1^* and th Cigno Court 1^^ and 3'° Friday Cima Court 1^* and 3'"^ Monday Cipriano Lane I^^and 3^^ Wednesday Circulo Adorno 2"" and 4*^ Monday Citrus Place 1^^ and 3'" Tuesday Clay Dr »rd Tamarack Ave to north end 2"*^ and 4**^ Thursday Clearview Drive 2"^ and 4*^ Wednesday Coasttine Avenue 2"^ and 4*^ Wednesday Coastview Ct 2"^^ and 4*" Thursday l"'^ and 4^^ Friday ith Colibri Lane College Blvd 2""^ Columbine Drive 1^^ and 3™ Friday Concord Street 2""* and 4^^ Thursday and 4'" Wednesday >rd Conosa Way 1^^ and 3™ Friday »rd and 4^^ Thursday Contour Place 2"'' Cordoba Place 2"*^ and 4*^ Thursday Corintia St 2"^ and 4*^ Friday Corte Acebo 1®* and 3'"^ Monday Corte Adalina 2"'' and 4^^ Friday Corte Alhena 1^^ and 3'"^ Monday Corte Ananas 1^^ and 3'"^ Monday Corte Arboles 1^* and 3'"^ Monday Corte Aurora 2"'' and 4'" Monday Corte Baldore 1^* and 3'^^ Monday Monday Monday Monday Monday Monday Monday Monday Monday Corte de la Pina 2"'' and 4^^ Wednesday and 4^^ and 4^^ and 4^'' and 4^^ and 4^^ 3rd 3rd Corte Curva 2"^ & 4 ith ith Corte de la Vista 2"^ and 4'" Friday ith Corte del Abeto 2""^ and 4'" Wednesday ith Corte del Cruce 2"^ and 4'" Monday ith Corte del Nogal 2"^ and 4^" Wednesday ith Corte Diego 2"^ and 4'" Friday ith Corte Dolor 2""^ and 4'" Monday ith Corte Domingo 2"" and 4'" Monday ith Corte Dulce 2"" and 4'" Monday rth Corte Eduardo 2""^ and 4^" Friday Corte Ensenada ....Not built Corte Esperanza 2"*^ and Corte Esplendor 2"" and ith th 4 4th Corte Felipe 2"^ and 4'" Corte Jardin 2"" and 4*^ Corte Limon 1^^ and 3'^^ Corte Luisa 2"^ and 4^^ Corte Lupe 2nd and 4 Corte Mango 1^* and Corte Mazatlan 2"^ and 4*"^ Corte Mora 2^^° and 4'" Friday Corte Moral 1®* and 3'"^ Monday Corte Morena 1^* and 3'"^ Monday Corte Oliva 1^^ and 3'" Monday Corte Papaya 1^^ and 3'"^ Monday Monday Monday Monday Monday Monday Monday Friday 3'"^ Monday Monday iTH Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule 4^^ Monday th Corte Pedro 2"^ and Corte Penca 2"^ and 4'" Monday Corte Ramon 2""^ and 4^^ Friday Corte Rosado 2"^ and 4^^ Monday Corte Quinta Mar 1^^ and 3'"^ Corte Sasafras 1^* and S''^ Corte Sonrisa 2"^ and Corte Tiburon 2"^ and Corte Tico 1^* and Corte Vera Cruz 2"" and Corte Verso 2"'' and 4*^ Corte Violeta 2""^ and 4^^ Friday Monday Monday Monday Monday Monday Monday Monday Corte Yolanda 2"'' and 4^^ Friday Cortina Court 1^* and 3'^ Monday Corvallis Street 1^* and 3'*^ Thursday Corvidae Street 1®^ and 3^^ Friday th and 4^ Wednesday Cosmos Court 2"^ Cougar Drive 2"" and 4^^ Wednesday Cove Drive 2"*^ and 4*^ Tuesday Crescent Point Road 2"" and 4*^ Tuesday Cressa Court 1^* and 3'"^ Friday Crest Drive 1^^ and 3'^ Wednesday Crestview Drive 2""* and 4**" Monday Crimson Drive Renamed Crownpoint Court 2""^ and 4^^ Thursday Cumbre Court 1^* and 3'" Monday Curlew Terrace 1^* and 3^^ Friday Cynthia Lane 1^* and 3'"^ Wednesday Cypress Avenue 1^* and S'"^ Tuesday Daffodil Place 1^* and 3'^ Friday Daisy Avenue 1®* and S'"^ Friday Daisy Court 1^* and 3'"^ Friday Dana Court 1^^ and 3'"^ Wednesday Date Avenue 1^^ and 3™ Tuesday Davis Avenue 1^* and 3""^ Wednesday Davis Place 1^* and 3'"^ Wednesday Del Rey Avenue 1^* and 3'"^ Monday Delfina Place 1^* and S'" Monday Delta Way Strata Dr to end 2"^ and 4*^ Thursday Descanso Blvd Renamed >rd Desert Rose Way 2""^ and 4'" Monday Docena Road 1^* and 3'"^ Friday Dolphin Court Renamed Donna Drive 1®^ and 3^^ Wednesday Dorchester Place 1^^ and 3^^ Thursday Dove Lane 2"" and 4*'' Monday ith Dryden Place 2"° and 4'" Wednesday Dundee Court 2"^ and 4*^ Thursday Durango Circle 1®^ and 3^^ Friday Dusty Rose Place 1^* and 3'"^ Friday East Pointe Avenue 2"'^ and 4*^ Wednesday Ebb Tide Street 1^* and 3'" Friday Edgeware Way 2"^ and 4*^ Thursday Edinburgh Drive 2""^ and 4*^ Thursday El Aguila St 2"^ and 4**' Friday El Arbol Drive 2"^ and 4'" Tuesday El Asfillero Place 2""^ and 4*^ Monday El Bosque Avenue 2"'' and 4^^ Monday El Camino Real .Every Monday El Capitan Court 1^* and S'"* Thursday El Fuerte Street 2"^^ and 4'" Friday ith Gavilan Court 2""^ and 4 Pato Court 2""^ and 4*'' El El El Perico Lane 2"'' and 4^' Friday Friday Friday El Rastro Lane 2""^ and 4'" Monday Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Elder Court 1^^ and 3 Elegant Tern Place 1^^ and 3 Friday Friday Elmwood Street .....1^' and 3'" Wednesday Escenico Terrace 1^^ and '^'^ Esfera Street 1^^ and Estancia Street 1^* and 3'"^ Monday Friday Friday 3™ Monday 3'"^ Monday Estrella de Mar 1®^ and Esturion Court 2""" and Esturion Place 2"'' and 4*'' Friday 3rd 4th Esturion Street 2"° and 4*^ Friday Eucalyptus Lane: 2"'' and 4^'' Monday Eureka Place 1^* and 3'^ Wednesday Evergreen Circle 1®^ and 3^^ Wednesday Fairwater Place 1^^ and 3'^ Friday Falcon Drive 1^* and 3'"^ Wednesday Falda Place 1^* and 3'" Monday Faraday Avenue Cannon to Camino Hills 2"" and 4'" Wednesday ith Farnsworth Court 2"'' and 4'" Wednesday Parol Court 1^* and 3'"^ Monday Parol Place 1®* and 3'^ Monday Febo Court 1^* and 3'" Monday and 4^^ Wednesday >nd Fermi Court Fern Place 1®* and 3' Fiona Place 1^* and S'"* Flamenco Place 2"'' and 4*^ Flamenco Street 2"'' and 4*^ Fleet Street 2"" and 4*^ Follette Street 1^^ and 3™ Friday Foothill Avenue Tamarack to east end 2"^ and 4^^ Thursday Forest Avenue 1^^ and 3'^^ Wednesday Friday Friday Friday Friday Tuesday >rd Forecastle Court 2""* and 4'" Monday ith Fosca Street 1^* and 3'"^ Monday Fosca Way 1^^ and 3'"^ Monday Foxglove View 1^^ and 3'" Franciscan Road 2""* and 4^^ Gabacho Street 1'* and 3'"^ Gabbiano Lane 1'* and 3'^ Friday •'^ Friday Friday 3^" Monday Galicia Way 1^^ and 3™ Monday >rd Galleon Way 1^* and 3'° Monday Garboso Place 1^^ and 3''^ Monday >rd Garboso Street 1^^ and 3'° Monday ird Gardenia Court 1^^ and 3'° Friday >rd Garfield Street 1'* and 3™ Tuesday >rd Garibaldi Place 1^' and 3'"^ Thursday Gary Circle 1^* and 3"^^ Thursday Gateshead Road 2"^ and 4*'' Thursday Gaviota Circle 1^^ and 3'" Monday Gaviota Lane 1^* and 3'"^ Monday Gaviota Place 1^* and S'"" Monday Gayle Way 1^* and 3'"^ Wednesday Geiger Court 2"^ Geranium Street and 4*"^ Wednesday 1'^and 3™ Friday rd Gibraltar Street 1'^ and 3'° Monday .rd Ginger Avenue 1^* and 3'^ Friday Glasgow Drive 2"'' and 4'" Thursday Glenbrook St 2"^^ and 4*^ Thursday Gloria Lane 2"^^ and 4*^ Tuesday Goldenbush Drive 1'* and 3'^'^ Friday Goldeneye View 1^* and 3^^ Friday Gold Flower Road 1'^ and 3'" Friday Golden Star Lane 1^^ and 3'"^ Friday Gorge Place 2"'' and 4*^ Thursday Gozo Place Renamed ith Grado Cipreso 1^* and 3'° Monday >rd Bid No. 14-01 street sweeping request for bid C/TY OF CARLSBAD Street Sweeping Schedule Grado El Tupelo 1'* and 3'^ Monday Paseo Aliso to Paseo Aliso Grady Place 2"" and 4**" Tuesday Granada Way 1^^ and S'"" Thursday Grand Avenue Bet. Carlsbad Blvd & Harding Mon/Wed/Fri weekly Balance 1®* and 3'"'^ Tuesday Grecourt Way 2"^ and 4^^ Wednesday Green Valley Rd Not built Greenock Court 2"" and 4'" Thursday Greenwich Street 2""^ and 4**" Thursday Gregory Drive 1®* and 3'^ Wednesday Grivetta Court 1^^ and 3'"^ Friday Grulla Street 2"^ and 4*^ Friday Guevara Road 1^* and 3'^^ Wednesday Gull Court 1'* and 3'^ Friday Half Dome Place 1^* and 3'"^ Thursday Halley Drive not in Thomas Guide Hamden Way 2""* and 4*^ Thursday Harbor Drive 1®* and 3^^ Tuesday Harbor View Lane 2"^ and 4^*^ Tuesday Harding Street 1®^ and 3'"^ Tuesday Harrison Street 2"^ and 4*^ Tuesday Harwich Drive 2"^ and 4^^ Thursday Tamarack Ave to Clay Dr 2"^ and 4*^ Thursday Hasfings Drive 2"'' and 4^^ Thursday Hataca Road 1^* and 3'^^ Monday ith Havens Point Place 2"^^ and 4'" Tuesday Haverhill Street 1®* and 3"^ Thursday Haymar Drive 2""^ and 4*^ Monday Hemlock Avenue 1^* and 3^^ Tuesday Hibiscus Circle 1®^ and 3^^ Tuesday ith Hidalgo 2"'' and 4'" Friday ith Hidden Valley Road (all) 1'^ and 3'^ Friday High Ridge Avenue 2""^ and 4*^ Wednesday Highland Drive Chestnut to north end 1^* and 3''' Wednesday Tamarack to Adams 2"" and 4*^ Tuesday Hilllcrest Circle 1^* and 3'"^ Wednesday Hillside Drive Highland to Sunnyhill 2"^ and 4*^ Tuesday Neblina to Kelly 2"^ and 4*^ Thursday Holly Brae Lane 2""^ and 4*^ Wednesday Home Avenue 1^* and 3'" Tuesday Hoover Street 2""^ and 4^^ Tuesday Hope Avenue 1^* and 3^^ Tuesday Horizon Drive 2"^^ and 4*^ Wednesday Hosp Way 1^* and 3''' Wednesday Hummingbird Road 1^* and 3'"^ Friday Hummock Drive Tamarack Ave to Rockfield Ct ....2"'* and 4**" Thursday Ibis Place 1'^ and 3'" Friday Impala Drive 2"^^ and 4^*^ Wednesday Inverness Court 2""^ and 4^^ Thursday Inverness Drive 2""^ and 4*^ Thursday Iris Court 1^^ and 3'^ Friday Isle Drive 2"^^ and 4*^ Tuesday Islands Way 2"" and 4*^ Friday Ivy Street 1^* and 3'" Friday Jacaranda Avenue 2"^ and 4*^ Monday Jackspar Drive 2""^ and 4*^ Monday James Drive Valley to Oak 1^* and S'" Wednesday Basswood to north end 1^* and 3^^ Wednesday Tamarack to south end 2"^ and 4'" Tuesday Janis Way 1^* and 3'"^ Wednesday ith Bid No. 14-01 street sweeping request for bid Jasmine Court 1®* Jeanne Place 2"^ and 4^^ Tuesday Jefferson Street CVD to Grand (east side) f * and S'"* Monday 3 - 5 a.m. CVD to Grand (west side) 1^ and 3'^^ Monday 3 - 5 a.m. Grand to Laguna (east side) 1®^ and 3'^^ Tuesday 8-12 noon Grand to Laguna (west side) 1^* and 3^^^ Monday 8-12 noon Laguna to 1-5 Bridge (east side).. 1®* and 3''^ Tuesday 8-12 noon Laguna to 1-5 Bridge (west side)1^* and 3'"'' Wednesday 8-12 noon Jerez Court 1^* and 3'^ Monday Juniper Avenue 1^* and 3^^ Tuesday CfTY OF CARLSBAD Street Sweeping Schedule and 3'^ Friday Karren Lane 2"^ and 4'" Wednesday Keats Place 2"'' and 4^^ Monday Ketch Way 1'^ and 3'"* Friday Kellogg Avenue 2""^ and 4*^ Wednesday Kelly Drive 2"^ and 4*^ Thursday Kestrel Drive 1^* and 3'"^ Friday Kimberly Court 1^* and 3'"^ Wednesday Kingston Street 1®* and 3'^^ Thursday Kirk Place 2"^ and 4^^ Wednesday Kirkwall Avenue 2"^ and 4^^ Thursday Knollwood Dr Tamarack Ave to Foothill Ave ....2"^ and 4*^ Thursday Knowles Avenue Jefferson to 1-5 1'^ and 3'"^ Wednesday Balance 1^* and 3'^ Tuesday Kremeyer Circle 1^* and 3"^ Tuesday La Brusca Way 2""^ and 4*^ Monday La Capela Place 2""^ and 4^^ Monday La Coruna Place 1®* and 3^^ Monday La Costa Avenue 1-5 to ECR Every Monday Balance Every Monday La Duela Lane 2"^ and 4^*" Monday ith La Gacha Lane 2""^ and 4^^ Monday La Garza Court ....2 La Golondrina St 2 st Friday Friday La Gran Via 1"' and 3™ Monday La Macerena Ave 2""^ and 4*'' Monday and 4*^ and 4^^ »rd La Nueces Place 2"^ and 4"' Monday La Nevasca Lane 2"^ and 4^^ Monday La Paloma Circle Renamed La Paloma Court 2"^ and 4^^ La Paloma Street 2"^ and 4*^ th Friday Friday La Place Court 2""^ and 4^^ Wednesday ith La Plancha Lane 2""^ and 4'" Monday ith La Pluma Lane 2""^ and 4'" Monday La Portalada Drive 1®^ and 3'''^ Thursday ith La Selva Way 2"^ and 4'" Monday La Tinada Court 2"^ and 4h Monday La Vanco Court 2"^ and 4*^ Friday Ladera Court 1^^ and 3'"^ Monday Lafayette Court 1^* and 3'"^ Thursday Lagoon Lane Renamed Laguna Drive Pio Pico to Elmwood 1^* and 3'*^ Wednesday Jefferson to 1-5 1^^ and 3'^ Tuesday th Jefferson to State 1^' and 3'"^ Tuesday Lakewood Street 1®^ and 3''' Thursday Landau Court 2"^^ and 4^^ Wednesday Lands End Court 1'* and 3'° Friday Landsford Way 2"" and 4^*" Thursday Lanyard Place 2"^^ and 4^^ Monday Laredo Street 1®* and 3'^^ Thursday Larkspur Lane 2"^ and 4*^ Wednesday Las Brisas Court 1^* and 3^^ Monday Las Flores Drive .rd Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Jefferson to 1-5 1'^ and 3'"^ Tuesday 1-5 to Highland 1®* and 3'"^ Wednesday Las Mientes Lane 2"^ and 4*^ Monday Las Nueces Place 2"" and 4*^ Monday Las Olas Ct (Rancho Santa Fe Rd to end) . 2"" and 4^" Monday Las Palmas Drive 2"*^ and 4*^ Wednesday Lassen Lane 1^^ and 3''*^ Thursday Laurie Circle 1®* and 3^^ Wednesday Lawrence Street 1^* and 3''*^ Thursday Lego Drive 2""^ and 4*" Tuesday Lee Court 1'^ and 3'^ Wednesday Lemon Leaf Drive 1^* and 3'"'' Friday Levante Street 1®^ and 3'"^ Monday Levee Drive Tamarack Ave to Stoneridge Rd 2""^ and 4*'' Thursday Lewis Lane 1^^ and 3"^ Tuesday Lilac Court 1^* and 3'^^ Friday Lily Place 1^* and S'"* Friday Lincoln Street Oak to Chestnut 1'* and 3'^ Tuesday Oak to Carlsbad Blvd 1^* and S''^ Tuesday Lighthouse Road 1^* and S'^ Friday Linda Lane 1^^ and 3'^ Wednesday Linmar Lane 1^* and S'"* Tuesday Llama Court 2"^ and 4*^ Friday Llama Street 2"^ and 4*'' Friday Lobelia Court 1^^ and 3'''' Friday Locust Avenue 2""^ and 4^^ Tuesday Loganberry Drive Private Loker Ave East 1®^ and 3'^ Monday Loker Ave West 1^^ and 3'"^ Monday Loma Court 2""^ and 4*^ Thursday ith Loma Laguna Drive 2"^^ and 4*^ Thursday Loma Way 2"^ and 4*^ Thursday Long Place 1^^ and 3'"^ Tuesday Longfellow Road 2"^^ and 4^^ Monday Longport Road Renamed Longview Drive 1^* and 3^^^ Thursday Lonicera Street 1®^ and 3'^ Fridays Los Manos Road Renamed Los Pinos Circle 2""^ and 4^^ Monday Los Pinos Drive 2""^ and 4*^ Monday Los Robles Drive 2""^ and 4^^ Tuesday Lotus Court 1^^ and 3'"^ Friday Lowder Lane Renamed Lucia Court 1^* and 3'"^ Monday Luciernaga Court 2"^ and 4*^ Friday Luciernaga Place 2"^^ and 4*^ Friday Luciernaga Street 2"^ and 4*^ Friday Lupine Road 1^* and 3'^^ Friday Lyons Court 1®^ and 3'"^ Thursday MacArthur Avenue 2"^ and 4*^ Wednesday Macadamia Drive 2"^ and 4**^ Tuesday Madera Court 1®* and 3'"^ Monday Madison Street 1®* and 3'" Tuesday Madrilena Way 1^^ and 3'"'' Monday Maezel Lane 1^^ and 3^^ Wednesday Magnolia Avenue 1-5 to Roosevelt 1®^ and 3'"^ Tuesday Pio Pico to Monroe 2"'' and 4*" Wednesday Majano Place 2"° and 4'" Monday Mallee Street 1^* and 3'^ Friday Mallei Street 1'* and 3'^ Friday Mallorca Place..... 1^^ and 3'"^ Monday Mallow Court 1^^ and 3'^ Friday Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Managua Place 2"^ and 4*^ Friday Manzanita Street 1^* and 3^^ Friday Manzano Drive 2^^ and 4*^ Tuesday Maple Avenue 1^^ and 3'"'^ Tuesday Mar Azul Way 1'^ and 3'° Friday Marca Place 1®^ and 3"^^ Monday .rd Margaret Way 2"'' and 4'" Wednesday ith Marguerite Lane 1^^ and 3^^ Friday Maria Lane 1^^ and 3^^ Wednesday Marina Drive 1^^ and 3™ Monday Mariposa Road 1®* and 3^*^ Friday .rd Marifime Drive 1®* and 3™ Friday Marjorie Lane 2"^ and 4*^ VVednesday Mark Circle rd and ind 3'^ Thursday Marmol Court 2"° and 4^^ Friday Marquita Place 1®^ and 3^^ Monday Marron Road Jefferson to ECR Every Monday ECR to Avenida de Anita 2"^ and 4^'' Thursday Martingale Court 1®* and 3^^ Friday Masters Road 2"" and 4^^" Monday Mateo Place 1^* and 3''^ Monday Mayfair Court 1®^ and 3'" Thursday McCauley Lane 1^* and 3'^ Wednesday McKinley Street 1^* and 3'"^ Wednesday Meadowlark Lane 1^^ and 3"^^ Wednesday Medford Court 1'* and 3'"^ Thursday Melrose Drive 2""^ and 4**" Friday Meriin Drive 1^^ and 3"^ Friday Merlo Court 1"* and 3'''' Friday Mermaid Drive 1®^ and 3''*^ Friday Middleton Drive 2"^ and 4*^ Thursday Milano Drive 1^* and 3'"^ Thursday Milford Place 2"^ and 4'" Thursday Mimosa Drive 1^^ and 3'"^ Friday Mimosa Lane 1®^ and 3'"^ Friday Mission Estancia Renamed Mission Estancia West Renamed Monroe St Marron Rd to Chestnut Ave 1®^ and 3'"'^ Wednesday Chestnut Ave to Sunnyhill 2""^ and 4*^ Wednesday Morada Street 1^* and 3'"^ Monday Morning Glory Lane 1^^ and 3'^ Wednesday Mountain View Drive 1^* and 3^^ Tuesday Muslo Lane 1^^ and 3'"^ Monday Naples Court 1^* and S'"" Thursday Navarra Drive 1^* and 3'" Monday Navigator Circle 1^^ and 3'"* Friday Navigator Court 1^* and 3'^ Friday Neblina Drive Park to Hillside 2"'' and 4*^ Wednesday Hillside to Highridge 2"^ and 4^^ Thursday Neptune Drive 1^^ and 3^'' Friday Newshire Street 2""^ and 4*'' Thursday Newton Drive 2""^ and 4^^ Wednesday Nighthawk Court 1^* and 3'"^ Friday Nightshade Road 1^^ and 3''* Friday Nob Hill Drive 1^* and 3'"^ Wednesday Normandy Lane 1^* and 3^^ Tuesday Nueva Castilla Way 1^* and 3'"^ Monday Nutmeg Way 1®* and 3''' Friday Oak Avenue Pio Pico to east end 1^* and 3'"'^ Wednesday Carlsbad Blvd to 1-5 1^^ and 3'"^ Tuesday ith Obelisco Circle 2"^ and 4'" Friday Obelisco Court 2"^ and 4^^ Friday ith Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Obelsico Place 2""^ and 4'" Friday ith Ocean Street 1^* and 3'° Tuesday Olive Avenue 1®^ and 3'^ Tuesday Olive Drive Renamed Olivenhain Road 2""^ and 4*'' Monday Olympia Drive 1^^ and 3"^^ Thursday Onda Place 2"^ and 4*^ Friday Orchid Way 1'* and 3'^ Friday Orion Street 2"^ and 4*^ Wednesday Orion Way 2"^ and 4*^ Wednesday Osuna Drive Renamed Oviedo Place 1^^ and 3'" Monday Owens Avenue 2"^ and 4*^ Wednesday Oxford Street 1^* and 3'"^ Thursday Pacific Avenue 1®* and 3^^ Tuesday Pacific Rim Drive Renamed Palacio Drive 1®* and 3'''^ Monday Palacio Court 1®* and 3'"^ Monday >rd Palenque St 1^^ and 3'° Monday .rd Palisades Drive 2"° and 4'" Wednesday Palm Avenue Pio Pico to Adams 2"'' and 4*^ Wednesday Madison to 1-5 1®* and 3'"^ Tuesday Palmar Court 2"'' and 4^^ Wednesday Palmer Way 2"'' and 4*^ Wednesday Palomar Airport Road Every Monday Palomar Oaks Way 2"° and 4'" Wednesday Pamplona Way 2"" and 4*^ Friday Pannonia Road 2"" and 4**" Wednesday Park Court 2"'' and 4^^ Thursday Park Drive Valencia St to Via Marta 2"^ and 4*^ Thursday Adams to Valencia St 1^* and 3^"^ Monday Adams to Tamarack 2"^ and 4^" Tuesday Partridge Place 1^^ and 3'^ Friday Pascal Court 2"'' and 4*^ Wednesday Paseo Aspada ith Carrillo Way to north end 2"'' and 4'" Friday Paseo Aliso 1^^ and 3^^ Monday Paseo Airoso 2"" and 4^^ Friday Paseo Almendro Isr and 3''^ Monday Paseo Ancho 2"" and 4*^ Monday Paseo Arrayan 1^^ and 3""^ Monday Paseo Avellano 1^^ and 3^^ Monday Paseo Corono: Paseo Aspada to north end 2"^ and 4*^ Friday Paseo del Norte Cannon to PAR Every Tuesday PAR to Poinsettia 1^^ and 3'^^ Friday Paseo Esmerado 2"^^ and 4^*^ Monday Paseo Estribo 2""^ and 4*^ Friday Paseo Frontera from Xana to s/end ...2"^ and 4^^ Friday Paseo Hermosa 2"^ and 4*^ Friday ith Paseo Jaquita 2"" and 4'" Friday Paseo Membrillo 1®^ and 3^*^ Monday Paseo Saucedal 1®^ and 3^"^ Monday Paseo Tapaios 2"^ and 4**^ Friday Paseo Taxco 2"'' and 4^^ Monday Paseo Tulipero 1^^ and 3'^'^ Monday Pasteur Court 2""^ and 4*^ Wednesday Pendon Court 1®^ and 3''' Monday Pentas Court 1^* and 3'"^ Friday Perdiz Street 1^* and 3'^ Monday Persa Street 2"'' and 4^^ Friday Picadilly Court 1^* and 3'" Thursday ith Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule Pine Avenue Carlsbad Blvd to 1-5 1'^ and 3'*^ Tuesday Pio Pico to Highland 1^* and 3'^ Wednesday Pintoresco Court 1^* and 3''^ Monday Pio Pico Drive Chestnut to north end 1^* and 3^^ Wednesday Chestnut to Tamarack 2"" and 4^'' Wednesday Piovana Court 1^^ and 3^^ Friday Piragua Street 1®* and 3'^ Monday Pirineos Way 1®^ and 3'"'' Monday Placido Court 1'^ and 3'^ Monday Plateau Place 2"'' and 4*^ Thursday Playa Road 1^* and 3'" Friday Plazuela Street 1^* and 3'"^ Monday Plum Tree Road 1^^ and 3'^'^ Friday Poinsettia Lane 1®^ and 3"^^ Friday Point Reyes Court 1^* and 3'"^ Thursday Polly Lane 2"^ and 4^^ Wednesday Pontiac Drive 1®* and 3'"^ Thursday Ponto Drive 1'^ and 3'"^ Friday Poppy Lane 1®^ and S'*^ Friday Porta Place 1^* and 3'^ Thursday Priestly Drive 2"^^ and 4*^ Wednesday Primavera Way 1^* and 3'^ Monday Primrose Way 1®* and 3'"^ Friday Promontory Place 2"^ and 4*^ Thursday Pueblo Street 1^^ and 3'^ Monday Pyrus Place 1^* and 3'^ Friday Quebrada Circle 1®^ and 3'" Monday Quebrada Court 1®^ and 3'*^ Monday Quinta Street 1^* and 3'^ Monday Quitasol Street 1'^ and 3'^ Monday Raintree Drive 2""^ and 4*'' Tuesday Rana Court 1^^ and 3'^ Monday Rancho del Canon 2""* and 4^^ Friday Rancho La Presa 2"^^ and 4*^ Friday Rancho Latigo 2"" and 4^^ Friday Rancho Miel Carrillo Way to Paseo Corono 2""^ and 4^^ Friday Rancho Santa Fe Road 2""^ and 4*" Monday Ratcliff Road 1^^ and 3'" Wednesday Recodo Court 1®* and 3'"^ Monday Redwood Avenue 1®* and 3'"^ Tuesday Refugio Avenue 2"'' and 4^^ Thursday Regatta Road 1^* and 3'^ Friday Remsen Court 1^* and 3'" Friday Reposado Drive 1^* and 3^^ Monday Represa Circle 2""^ and 4^*" Monday Refiro Street Renamed Ridge Court 2"^ and 4^^ Thursday Ridgecrest Drive 1^^ and 3^^ Wednesday Rill Court 2"^ and 4*'' Thursday Robinea Drive 1^* and 3'"^ Friday Roble Place 2"'' and 4*^ Monday Rocio Street 1^* and 3''^ Monday Rock Dove 1^* and 3'*^ Friday Rockfield Court 2""^ and 4*^ Thursday Rockrose Terrace 1®^ and 3^^ Friday Rocoso Lane 2""^ and 4^^ Monday Rogue Isle Court 2""^ and 4^^ Tuesday Romeria Street 1®* and 3'^'^ Monday Roosevelt Street 1®^ and 3^^ Tuesday Rose Drive 1®* and 3'"^ Friday Rosemary Avenue 1^* and 3^*^ Friday Royal Drive 2"^ and 4*^ Tuesday Rustico Drive 1®^ and 3'^ Monday Bid No. 14-01 street sweeping request for bid •-4 C/TY OF CARLSBAD Street Sweeping Schedule Rutherford Road 2""^ and 4^^ Wednesday Sacada Circle 1^* and 3'" Monday Saddle Drive 2"'' and 4*^ Thursday Saliente Way 1'^ and 3'^ Monday Salisbury Drive 1^^ and 3^^ Thursday Salk Avenue 2"^ and 4^^ Wednesday Saltaire Way 1^^ and 3'^ Friday San Bristo Way I^Und 3"^^ Monday San Clemente not in Thomas Guide Sandalwood Lane 1^* and 3^^ Wednesday Sanderiing Court 1^^ and 3^^ Friday Sandpoint Court 2"^ and 4*^ Thursday Sandra Place Renamed Sandstone Way 2"'' and 4*^ Thursday Sandy Place 1^* and 3'"^ Wednesday Santa Clara Way 1®* and 3'"^ Thursday Santa Isabel Street 2""^ and 4*^ Friday Santolina Way Not built Sara Way 1'^ and 3'^ Wednesday Sausalito Avenue 1®* and 3""^ Thursday Savannah Lane 1®* and 3'"^ Friday Schooner Way 2""^ and 4*'' Tuesday Scott Drive 2"^ and 4*'' Wednesday Sea Bluff Circle 2"'' and 4*^ Wednesday 4*^ Tuesday Tuesday 3'*^ Friday 3'^ Friday Sea Bright Drive 2"^^ and Sea Bright Place 2""* and 4 Sea Horse Court 1^* and Seashell Court 1^^ and Sea Lion Place 1^^ and 3'"^ Monday Sea Otter Place 1^^ and 3'"^ Monday Seabrook Drive Renamed Seabury Street 2"^ and 4^^" Thursday Seacrest Drive 1^* and 3^^ Wednesday Seaport Place 1^* and 3™ Friday >rd Seascape Drive 1^* and 3'° Friday >rd Seaview Way 1^' and 3'^ Wednesday Segovia Court 1®* and 3''^ Monday Segovia Way 1®* and 3^^ Monday Sequoia Avenue 1^^ and 3^^ Tuesday Sereno Court 1^* and 3'"^ Monday Serrano Court 1^* and 3''^ Monday Sevilla Way 2"° and 4'" Thursday Shale Court 2"^ and 4**^ Thursday Shasta Place 1^^ and 3'" Thursday Shawn Court 1^^ and 3''' Wednesday Shore Drive 2""^ and 4^^ Tuesday Sierra Morena Avenue 1^* and 3^^ Thursday Simsbury Court 2""* and 4*^ Thursday Si Si Si Si Si Si Si Si Si Si Si Si Si Si Si Si Si Si rd o Abeto 1®* and o Abridor 1^^ and 3 Baniano 1^* and 3'''' rd Baya 2"^ and 4 Borde 2"^ and 4 Calmar 2"^ and 4 Catana 2""^ and 4 Caucho 1®^ and 3 Coco I^^and 3 Fresca 2"^ and 4 Fresno 1'* and 3'"^ Granado 1^^ and 3'"^ Monday Mirto I^^and 3'^''Monday Musica 2"^ and 4*'' Monday Nispero 1^^ and 3^^ Monday o Olmo 1^* and 3''^ Monday oPeral 1'^and 3'^ Monday o Playa Not built Monday Monday Monday Monday Monday Monday Monday Monday Monday Monday Monday Bid No. 14-01 street sweeping request for bid CITY OF CARLSBAD Street Sweeping Schedule th and 4 and 4*'' and 4*^ and 4^^ and 3'"^ Sitio Redonda 2""" Sitio Sabrosa 2"^ Sitio Solana 2"^^ Sitio Vaquero 2"'' Sitio Tejo 1^* Skyline Drive 2""" and 4^^ Wednesday Skysail Avenue Renamed Slippery Hills Lane Renamed Snapdragon Drive 1®^ and 3''*^ Friday Snipe Court 1^^ and 3'"^ Friday Monday Monday Monday Monday Monday Socorro Lane 2"^^ and 4'" Friday Solandra Drive 1®* and 3'"^ Friday Solano Street 1^* and 3'"^ Monday Sombrosa Place 2"'' and 4*^ Monday Sombrosa Street 2""^ and 4*^ Monday Songbird Avenue 1^* and 3^^^ Friday Sonora Court 1^^ and 3'" Thursday Sorrel Court 1'* and 3'"'' Friday Southampton Road 1^* and 3^^ Thursday Spanish Way 1^* and 3'''^ Wednesday Spar Court 1"* and 3'"^ Friday Sparrow Road 1®^ and 3'"^ Friday Spencer Lane 2"^ and 4^^ Monday Spokane Way 1^* and S'^ Thursday Spoonbill Lane 1^* and 3'"^ Friday Spruce Street 1^* and 3'"^ Wednesday Spyglass Court 2""^ and 4*'' Wednesday St. George Court 1^* and 3'^^ Thursday St .James Court 1®^ and 3'^^ Wednesday Stanford Street 2""" and 4*^ Monday ith Starling Court 1^* and 3 State Street Mon., Wed., Fri rd Stella Maris Lane 2"'' and 4*^ Tuesday Friday weekly Steven Circle 1 st nd Sfillwater Court 2 Stirling Avenue 2"^ Stockton Place 2"^ Stoneridge Road 2"'' Strata Drive 2""^ ist 4 4th 4th 4th 4th Stratford Lane 1^^ and 3'^ and and and and and and 3rd th Thursday Thursday Thursday Thursday Thursday Thursday Thursday Thursday Subida Terrace 1^^ and 3'" Monday Sugar Pine Road Private Summerwind Place 2"^ and 4*^ Monday Sunburst Road 2"^^ and 4*^ Wednesday Sunflower Way 1^* and S'"* Friday Stromberg Circle 1^* and 3 .rd Sunnyhill Drive 2""^ and 4'" Wednesday Sunrise Circle 2""^ and 4*^ Tuesday Surfside Lane 2"^ and 4*^ Friday Surf Bird Circle 1'* and 3'"^ Fridat Sutter Street 1^* and 3'"^ Thursday Swift Place Not built Sycamore Avenue ..1^^ and 3''^ Tuesday Syme Drive 2""^ and 4 Talus Way 2"^ and 4^'' Tamarack Avenue Carlsbad Blvd. to 1-5 Every Tuesday I- 5 to Sunnyhill (south side) Every Tuesday 1-5 to Sunnyhill (north side) Every Wednesday ECR to Glasgow Every Thursday Harwich Drto College Blvd 2""^ and 4*^ Thursday Tea Tree Street 1^* and 3'"^ Friday Telescope Avenue 2"^^ and 4**^ Wednesday Tern Place 1^^ and 3'^ Friday Terraza Disoma 2"^ and 4^^ Monday Terrace Place 2"" and 4* Thursday ith Tuesday Thursday as Bid No. 14-01 Street sweeping request for bid ADDENDUM REQUEST FOR BID FOR STREET SWEEPING SERVICES BID NO. 14-01 Street missing on original Request for Bid is provided on this addendum. Refer to pages 62 and 63 ofthe bid document, CURRENT POSTED "NO PARKING" AREAS (copy attached). On page 63, the last entry, Avenida Encinas is added. ({0 CURRENT POSTED "NO PARKING" AREAS VILLAGE AREA Beech Street: Between State Street and Roosevelt Street. Posted 3:00 a.m. to 5:00 a.m.daily. Carisbad Village Drive; Between Carisbad Boulevard and 1-5. Posted 3:00 a.m.to 5:00 a.m. dally. Grand Avenue: Between Carisbad Boulevard and Hope Street. Posted 3:00a.m. to 5:00a.m.daily. State Street: Between Oak Avenue and Laguna Drive. Posted 3:00a.m.to 5:00a.m.daily. Roosevelt Street: Between Carisbad Village Drive and Beech Street. Posted 3:00 a.m. to 5:00 a.m.daily. Park Drive: Between Adams Street and Neblina Drive. Posted 8:00a.m.to 12:00 noon, 2"d &4thTuesday each month. Cove Drive: Marina Drive: Bayshore Drive: 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;00a.m.to 12:00 noon, 2nd&4th Tuesday each month. Harding Street: CarolPlace: 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;00a.m. to 12:00 noon, 1st & 3rd Tuesday each month. 62 Laguna Drive: Kremeyer Circle: Washington Street; Lincoln Street; Oak Avenue: Between Jefferson Street and 1-5. Posted 8:00a.m.to 12:00 noon, lat & 3mTuesday each month. Between Laguna Drive and end. Posted 8:00 a.m. to 12:00 noon, 1at& 3m Tuesday each month. Between Cartsbad Village Drive and Oak Avenue. Posted 8:00 a.m.to 12:00 noon, 1st & 3mTuesday each month. Oak Avenue to Cartsbad Boulevard. Posted 8:00 a.m. to 12:00 noon, lat & 3mTuesday each month. Between Washington Street and Lincoln Street. Posted 8:00 a.m. to 12:00 noon,lat & 3mTuesday each month. Monroe Street: Tyler Street; Davis Avenue: Davis Place: Knowles Avenue: Between Chestnut Avenue and Basswood. Posted 4;00a.m. to 6; OOa.m., 1st & 3m Wednesday each month. Between Oak Avenue and Chestnut Avenue. Posted 5;00a.m.and 7:OOa.m., I't &3m Tuesday each month. Between Laguna Drive and Knowles Avenue. Posted 8;00a.m.to 12:00 noon, 1st & 3mWednesday each month. Between Davis Avenue and the end. Posted 8;00a.m. to 12:00 noon, 1st and 3m Wednesday each month. Between Jefferson Street and 1-5 Freeway. Posted 8:00 a.m. to 12:00 noon, 1st and 3m Wednesday each month. Avenida Encinas: Between Encina Wastewater Authority (EWA) and Poinsettia Lane. Southbound, Posted 8:00 a.m. to 10:00 a.m., 2""* and 4*^ Tuesday each month. Northbound, Posted 10:00 a.m. to 12:00 p.m., 2"'' and 4*'' Tuesday each month. 63 CURRENT POSTED "NO PARKING" AREAS VILLAGE AREA Beech Street: Between State Street and Roosevelt Street. Posted 3:00 a.m. to 5:00 a.m.daily. Carisbad Village Drive: Between Carisbad Boulevard and 1-5, Posted 3:00 a.m.to 5:00 a.m. dally. Grand Avenue: Between Carisbad Boulevard and Hope Street. Posted 3:00a.m to 5:00a.m.daily. State Street; Between Oak Avenue and Laguna Drive., Posted 3;00a.m.to 5;00a.m.daily. Roosevelt Street; Between Carisbad Village Drive and Beech Street. Posted 3:00 a.m.to 5:00 a.m.daily. Park Drive; Between Adams Street and Neblina Drive. Posted 8;00a.m,to 12:00 noon, 2"d &4thTuesday each month. Cove Drive Manna Drive: Bayshore Drive: 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 8:00a.m.to 12:00 noon, 2nd&4th Tuesday each month Harding Street: CarolPlace: 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 8:00a.m.to 12:00 noon, 1st & 3rd Tuesday each month, 62 Laguna Drive: Kremeyer Circle: Washington Street: Lincoln Street: Oak Avenue: Between Jefferson Street and 1-5. Posted 8:00a.m.to 12:00noon, lat & 3mTuesday each month. Between Laguna Drive and end. Posted 8:00 a.m. to 12:00 noon, lat & 3m Tuesday each month. Between Cartsbad Village Drive and Oak Avenue. Posted 8:00 a.m.to 12:00 noon, 1st&3mTuesday each month. Oak Avenue to Cartsbad Boulevard. Posted 8:00 a.m.to 12:00noon, 1at &3mTuesday each month. Between Washington Street and Lincoln Street. Posted 8:00 a.m.to 12:00 noon,1ai & 3mTuesday each month- Monroe Street; Tyler Street: Davis Avenue: Davis Place: Knowles Avenue: Between Chestnut Avenue and Basswood. Posted 4:00a.m. to 6:00a.m., 1st & 3m Wednesday each month. Between Oak Avenue and Chestnut Avenue. Posted 5:00a.m.and 7:00a.m., 1*t&3m Tuesday each month. Between Laguna Drive and Knowles Avenue. Posted 8;00a.m.to 12:00 noon, 1st & 3mWednesday each month Between Davis Avenue and the end. Posted 8;00a.m. to 12:00 noon, 1st and 3m Wednesday each month. Between Jefferson Street and 1-5 Freeway. Posted 8:00 a.m.to 12:00 noon, 1st and 3m Wednesday each month. Avenida Encinas: Between Encina Wastewater Authority (EWA) and Poinsettia Lane. Southbound, Posted 8:00 a.m. to 10:00 a.m., 2"^^ and 4*^ Tuesday each month. Northbound, Posted 10:00 a.m. to 12:00 p.m., 2"^^ and 4*" Tuesday each month. 63 Pl PACIFIC SWEEPING a Cannon Pacific Services, Inc Company CITY OF CARLSBAD Street Sweeping Services Proposal August 15, 2013 ; ,' PACIFIC SWEEPING CANNON PACIFIC SERVICES, INC dba PACIFIC SWEEPING Presents A PROPOSAL FOR STREET SWEEPING SERVICES Exclusively For The City of Carlsbad, CA DUE DATE: August 15, 2013 Confidential and Proprietary Printed on Recycled Paper Page 1 of 28 TABLE OF CONTENTS 1. Cover Letter Paqe 3 2. Proposal Information Paqe 4 3. Qualifications Page 7 3. The Pacific Sweeping Management Team Page 7 4. Additional Company Information Page 10 5. Management Plan Page 12 6. Required City Bid Forms Page 18 Confidential and Proprietarv Page 2 of 28 Printed on Recycled Paper PACIFIC SWEEPING www.pacificsweeping.com License #884113 a Cannon Pacific Services, Inc Company August 15, 2013 285 Pawnee Street Suite A San Marcos, CA 92078 760-471-900.3 office 760-471-9005 fax 888 DIRT ALERT toll free City of Carisbad 1635 Faraday Avenue Carlsbad. CA 92008 Dear Mr. De Rego and Mr. Dobbs; Thank you for the opportunity to provide this proposal for street sweeping services. We recently launched Pacific Sweeping as a means of more accurately reflecfing our core service of providing Municipal street sweeping. Our reliable and trustworthy sweeping services to the City of Carisbad span over two decades, with just a two year gap from 2011-2013. We are eager to return to Carisbad as a service provider and we trust you will And our proposal and pricing competitive and worthy of the contract award. Our Proposal includes the use of late model equipment that meets the City's specificafions. As an "Alternate" Proposal we are offering a BF^ND NEW ALTERNATIVE FUEL POWERED Tymco 600 and a BRAND NEW Tymco 435 sweeper that will be dedicated to the City of Carisbad. Both will help improve Carisbad's image, reduce its carbon footprint and be well-received by the public. They are state-of-the-art marvels for the sweeping industry. We look fonA/ard to discussing this alternate proposal with you. The added-value not included in the scoring matrix is the fact that we have more than 2 decades of reliable and responsible service to the City of Carisbad and we have demonstrated reliability, honesty, integrity and the strong desire to achieve results, which is difficult to assign a monetary value. Under all pricing options, we are offering to freeze our pricing for three (3) years upon award of a three (3) year contract with five annual renewal opfions. This provides pricing consistency to the City for budgeting purposes and eliminates rebidding every few years. Our competitive pricing structure, our reputable brand, our performance record, and in this case our close proximity to your City makes us the best option. Kinylest Regards, Lee E. Miller President and CEO Cannon Pacific Services, Inc. dba Pacific Sweeping Confidential aA7c/ Proorietarv Page 3 of 28 ® ^^'^^"^ Printed on Recycled Paper Proposal information 1. Corporate Office and Local Office Address: Cannon Pacific Services, Inc., dba Pacific Sweeping 285 Pawnee Street, Suite A San Marcos, CA 92078 760-471-9003 EIN: 20-0561434 2. Proposal Contact: Lee Miller, President and CEO 888-347-8253 or 760-471-9003 office 760-802-2286 cell 3. Key contracts within 50 mile radius: City of Encinitas City of Oceanside City of San Marcos City of San Clemente City of Poway City of Escondido City of Chula Vista City of Santee City of Lemon Grove City of Del Mar City of San Juan Capistrano City of San Diego Camp Pendleton U.S. Navy (Miramar, Point Loma, Coronado) State of Cafifomia-Cal Trans Del Mar Fairgrounds SDGE / Sempra Energy Coca-Cola Corporafion G.E. Capital California Highway Patrol NCTD / The First Group Mira Costa College Palomar College CHP facilifies in Otay Mesa, Calexico and near Yuma Over 300 commercial customers Confidential and Proprietarv Printed on Recycled Paper Page 4 of 28 4. Firm References: • City of Encinitas Since 2000 780 curb miles monthly Mark Hosford, PW Manager 505 S. Vulcan Ave., Encinitas, CA 92024 760-633-2873 • City of Santee, CA Since 2002 750 curb miles monthly Sam Rensberry, PW Supervisor 9534 Via Zapador Santee, CA 92071 619-285-4195 • City of San Juan Capistrano, CA Since 2007 625 curb miles monthly David Hubler, PW Manager 32400 Paseo Adelanto San Juan Cap., CA 92657 949-443-6365 • City of San Diego Since 2000 500 Miles Monthly Ernie Gessel, Manager 3750 Montgomery Dr., SD, CA 92123 858-573-1440 • City of San Clemente, CA Since 2007 1,800 curb miles monthly David bendel, PW Manager 390 Ave Pico, Bldg. A San Clemente, CA 92672 949-361-8255 • City of Chula Vista Since 1996 1,700 curb miles monthly Matt Little, PW Director 1800 Maxwell Rd. Chula Vista, CA 91911 619-520-8019 • City of San Marcos, CA Since 2007 1,200 curb miles monthly Paul Buckley, Operations Manager 201 Mata Way San Marcos, CA 92069 760-752-7550 • United States Navy Since 2005 600 curb miles monthly Vince Thayer, Contract Officer 1220 Pacific Highway San Diego, CA 92132 619-532-4903 • City of Escondido, CA Since 2004 350 curb miles monthly Dan Young, PW Manager 474 North Spruce Street Escondido, CA 92025 760-839-4600 • City of Carlsbad (previous contract) Since 1992 1,600 curb miles monthly Clayton Dobbs, PW Supervisor 1635 Faraday. Ave. Carlsbad, CA 92008 760-438-2722 ...and dozens more satisfied municipal customers... Confidential and ProDne{ar\/ Pagfi 5 of 28 Printed on Recycled Paper (OO 5. 6. Number of Contracts Acquired in the last five (5) years: We have acquired approximately 10 new government/municipal contracts in the past five (5) years and approximately 50 new key commercial contracts in the same fime period. We have been the lowest bidder on some, and not the lowest bidders on others. Most importanfiy, we are performing excepfional service in every city where we sweep. Number of contracts terminated or not renewed within the last five (5) years: None. In fact, we have never had a government/municipal contract terminated and we have never declined a renewal. We always find a way to get the job done and make it a win-win. 7. Technical Approach Proposed Equipment: Our fleet includes regenerafive air sweepers and mechanical broom sweepers. We intend on using a combinafion of sweepers in Carisbad; the Tymco 600, Tymco 435, Elgin Broom Bear, and Masco RBI600. Our experience in the region has proven the use of the sweeper combinafion we are proposing. There is no single type of sweeper that can do it all effectively and the equipment in our fleet is the most current machines available on the market today. All our sweepers and service vehicles are equipped with GPS tracking systems that allow us to determine mobility characterisfics of each vehicle. Speed, direction of travel, locafion and other items can be summarized into a daily report and will be sent to the City upon request or access by City staff can be granted via the web. Actual Curb Mileage Data: Because we have swept the City of Carisbad for many years and the curb mile data and inventory has never been measured enfirely, we are offering to do so at no additional charge to the City. During the first two months of the new contract, we will deploy a non-sweeping service vehicle equipped with a GPS mileage tracking device and an odometer and we will drive each street manually logging the distance and logging the distance via GPS. We will then merge the data and summarize it in a report to the City. This will aid the City in future sweeping RFB's and also allow the City and us to know exactly how many miles are being swept. Facility Information: Our corporate offices and main truck repair facility are located approximately five (5) minutes away from Carisbad and San Marcos and we have equipment readily available for emergencies all day and night. Not only do we have the required number of sweepers (4) available, but we have 3-4 fimes that many available locally. You will find that having us close is beneficial for many reasons including access to our management team and the assurance of professional-level maintenance and cleaning of the trucks on a daily basis. Disposal: We will utilize the Coast Waste facility or one designated by the City. Confidential and Proprietarv Printed on Recycled Paper Page 6 of 28 CANWOIN PACWJC 10 1 Qualifications and experience of Bidder's personnel: Our approach to managing the contract is simple: Safety, Customer Service and Quality. To insure this outcome we only assign the necessary employees to the contract to keep the communicafion simple, accurate and build-in accountability and credibility. We intend to use the following structure: Lee Miller, Proiect Director Since 2006, our company President, Chief Execufive Officer and owner has been responsible for leading the Company through restructuring and growth. Lee manages the day-to-day business funcfions. Lee brings more than 25 years experience in Public Works including over 15 years in City government managing City Public Works Departments in Orange, L.A. and San Diego Counfies. Lee's hands-on management experience with municipal sweeping operations gives Pacific Sweeping the know-how to complete this work effectively and efficiently. Lee is a Graduate of UCLA Anderson School of Management and Business for Entrepreneurs (MDE), he possesses a BS in Public Administration / Organizafional Management (BSOM) and he has an Associate's degree from Saddleback College. Lee holds many Public Works related certificafions and qualifications. Lee is a member of APWA, a member of NAPSA, a former Public Works Program advisory board member for Cal State Fullerton, Cal State Dominguez Hills and Sanfiago Community College and he is a current board member of the San Diego Chapter Maintenance Superintendent's Association (MSA). Confidential and Proprietarv Page 7 of 28 CAN^<3HPAUHC Printed on Recycled Paper Rosio Revnaaa, Operations Manager Rosio has been part of our team since 2005 and she serves as our Operations Manager and is responsible for route scheduling, dispatching and field coordination. Rosio receives inquiries from our customers and from the public, resolves service requests and dispatches our team of operators on a daily basis. She coordinates and creates fime efficient routes and performs live dispatch for emergency services. Rosio is professionally trained in management/supervisory and operations principles and techniques and works very closely with City staff and Pacific Sweeping's operators ensuring that all work is completed according to standards ensuring maximum performance. Judy Peterson, Admin.Services Manager Judy has been part of the Pacific Sweeping team since 2007 and she is expert in accounfing, A/R, A/P and H.R. Judy is responsible for the management of the administrative services department and oversees Pacific Sweeping's accounts payable, accounts receivable, insurance programs, customer service, human resources and office team. Judy is professionally trained in accounfing and human resources. Her knowledge of GAAP compliance and her experience working with and for local cifies, School Districts and Hospitals over 25 years qualifies her as a key manager with Pacific Sweeping. Confidential and Proprietarv Printed on Recycled Paper Page 8 of 28 CAN^o.^ PACific lot Field Staff Greg Huyser is our Assistant Operations Manager and will be responsible for the daily oversight of our field staff. We will assign a total of 2-3 fuH-fime operators to the City to perform street sweeping, parking lot sweeping, seawall cleaning and the cleaning along the rail trail. Length of time providing sweeping services: Cannon Pacific Services, Inc., dba Pacific Sweeping has been providing street sweeping and power washing services since 1968, a total of 45 years. During that fime, we have adapted our business and operations to comply with NPDES, AQMD, SCAQMD, RWQCB and EPA guidelines and mandates. We truly are compliant and have never received a Nofice of Violafion from any regulatory agency or been party to a lawsuit for anything associated with illegal activities or anfi-trust. Statement of Qualifications: We are licensed contractors in the State of California, #884113. Where other sweeping companies believe a license is not necessary, we believe the opposite. As a licensed contractor, we are held to higher standards than those unlicensed and you can be certain that we operate a fully compliant business and protect the City's interest in a contract with such a large value. Our financials are independenfiy reviewed each year by an outside CPA firm for GAAP compliance and we have a mulfi-million dollar bonding program. A firm like ours does not achieve such a program unless we demonstrate to the State, the Surety and our customers that we are competent and operate with a sense of transparency and we are qualified. We only employ trained and competent management staff and field personnel and the Company's owners are well versed in public contracfing and have the know-how to bid, propose and properiy execute street sweeping work and have many years of proven performance. Our Work Force Pacific Sweeping employs between 30 and 50 employees depending on the season and our current work load. We embrace diversity and we have many long-term employees. Our staffing levels are adequate to fulfill our obligafions under this confract. Ability to meet 24-hour emergency service We have always been available for our customers when needed. We will provide you three (3) after-hours numbers including a hofiine and staffing contact numbers and in the event we are needed in the middle of the night, we will be just a phone call away. Our full-fime employees will live in the area and will be close by. Because our facility is just 5 minutes away, we are always within a reasonable distance. Employee Training Program We pride ourselves in hiring competent, reliable field staff and training them in how to successfully, safely, and effectively operate a sweeper. All new employees undergo a 3- week driver orientafion and training program where they review operating manuals, service manuals and are trained on the road with a Supervisor and Senior Operator and only after demonstrating a mastery of the equipment are they assigned to operate alone. Confidential anc/ Proprietarv Printed on Recycled Paper Page 9 of 28 CANNON FACI; IC 10 : ! n m Annually, all operators undergo a brief skills test including operating in a one-way street a school zone, an intersection, a parking lot and a bike lane where their skills are matched against our company standards. It is at this time we can evaluate where additional training and/or adjustments in our operafing guidelines need to be made These extra training efforts are documented and our low worker's compensation rates and automobile insurance loss history are testament that they work and help us and our customers avoid unnecessary claims. Dependability in Past Service We have never had a contract cancelled by a public agency for non-performance nor have we forced a job out for bid to drive our price up. We have always found a way to create win-win situations for our municipal customers. From fime-to-fime adjustments need to be made in schedules, routes and operafing procedures in order to tailor the program to meet the needs of the City or the residents and we have always accommodated those changes quickly and efficienfiy. All our City customers will agree that our service is reliable, if not the most reliable they have ever had and that we are responsive and professional and that we always do what we say. Recycling In addition to recycling street sweeping debris whenever possible, we are dedicated to recycling in every aspect of our operations from consumable items and used oil to toner cartndges and office waste and even our unique method of recycling that we have developed for our gutter broom steel and plastic bases where we boast a near zero- waste operafion. Our ability to maintain and clean our equipment: An unmaintained street sweeper is a disaster waiting to happen. Our fully trained and factory certified mechanic's staff is competent and skilled in maintaining and cleaning our equipment. Our full-sen/ice shop and truck wash facility covers 18,000 square feet where we have heavy duty truck lifts, and specialized mechanics work stations that aid us m quickly, safely and efficiently maintaining our equipment whether it Is preventative maintenance, roufine repair or major overhauls. Our local facility operates 24/7 to ensure the highest maintenance protocols on our sweepers. Our field staff performs two inspecfions on each sweeper every day and reports any abnormalifies to our shop supervisor daily. Any issues discovered are immediately corrected and/dr reported for mechanic's attenfion. Our drivers are trained and skilled In basic mechanics so they can Identify and repair any minor issues in the field like changing gutter brodms. mirrors light bulbs, and some of the other minor things that are important to the dally operafion of the sweeper. Fortunately, for us we have few major problems because we do such a good job of keeping our equipment inspected properiy and maintained. However, as with any mechanical equipment, problems can and do occur. It is how we react to those issues and how we communicate with the customer that makes us stand out as a vendor of choice. Confidential and Proprietary Printed on Recycled Paper Page 10 Of 28 CANNON PACIFJC fog: Pacific Sweeping's Management Plan/ Overall Approach to Providing Street Sweeping Services A sucGessful municipal street sweeping company Is defined as one that has repeatedly and consistently created win-win scenarios for its City customers, the community, the environment and the contractor's workforce, and not necessarily one that simply offers the lowest prices in order to gain market share or present a loss-leader. These win-win situations are only achieved when the contractor's management team, field staff and supply-chain truly understand the needs of the City and the expectations of its residents and all interested stakeholders operate as a unit to achieve the goal of a successful and noteworthy street sweeping program. At Pacific Sweeping, we believe that we have developed a proven system that works and all our City customers will agree. We offer the latest technology in sweeping equipment, a clean and ready fleet, competent management staff, trained professional technicians and operators who make the extra effort, and the ability and willingness to constantly improve our operafion. We believe in challenging our supply-chain when city budgets demand it and passing those savings along to our city customers, much like we have done for San Juan Capistrano recenfiy. We believe and have demonstrated willingness to accept a reduced fee in many situations for a longer term commitment than .originally planned. Because our respected competitors share a similar cost structure, we are proud to be differenfiated by superior customer service, a no-nonsense approach to communication with our customers and service delivery, and by our commitment to regulatory mandates whether it is recycling, alternative fuel, emission laws, handling of hazardous waste or storm water regulations. MANAGEMENT PLAN Coordination with Waste Hauling Operation: In order to prevent any conflicts between trash routes and sweeping routes, we will overiay the trash routes onto the sweeper routes periodically as we do now to identify conflicts and recommend adjustments to the City. In the event a trash route or day is changed, the City will notify us and we will make a sweeping schedule adjustment at the City's direction to avoid the conflict. We work closely with waste haulers in many cifies in order to achieve a program with the least conflicts. Adjustments in the sweeping schedule for Holidays and rain days will be necessary. Use of Technology/GPS: Our web-based GPS system is accessible via any desktop, laptop, iphone or blackberry with web access and will provide the user up-to-the-minute information on our sweeper's location and other sweeping characteristics. We ufilize Tele-Trac, the finest web-based GPS system available on all our sweepers as standard tracking devices and the system depicts real-time and historic sweeper location, speed of travel, distance traveled, path of travel, durafion of any stops and up-to-the-minute engine diagnostics. This informafion is stored in the cloud for up to 90 days so it can be accessed by anyone with the proper login credenfials who might need historical Confidential and Proprietarv Printed on Recycled Paper Page 11 of 28 CANNON PAQFIC sweeping details or immediate informafion. This technology aids us in managing our sweeper upfime, tracking the routes for complefion, and alerts us to any eminent problems with the truck. We will submit a new iPad preloaded with the GPS tracking app so City staff always has access to our locations and other sweeping attributes available via the app. Complaints: All complaints received are logged immediately, investigated by the dispatcher and supervisor and action to resolve the complaint is inifiated with each step in the process being documented by date/time and action. If the call comes directly from the public, we immediately notify the City that we have received a complaint and inform them of what we are doing about it. If requested, a monthly complaint log can be submitted to the City for documentation purposes. We are expert in handling complaints and have found that whenever taking on a new City route there is typically a few complaints about fiming. but once the residents are used to seeing us on their streets and we are punctual week after week, the complaints cease. We rarely receive complaints for poor quality sweeping or for not using water. When these types of complaints come to us, we take them very serious and most often find that our driver has corrected the problem already. A clogged spray tip, or unadjusted pickup head will result in a change in the quality of sweeping, but our drivers are trained to identify these situations and make the necessary adjustments immediately; most often at the same fime someone else notices. When we need to double back and re-sweep an area because of an adjustment, there is never an addifional charge. Invoicing: Monthly invoices will be prepared by our accounfing staff and will be based on the actual sweeping logs. We typically include a summary of the amount of debris collected fbr the month whether ufilizing actual weight receipts if available or a load count and esfimated volume and weight. Use of Fire Hydrants: We will properiy use the hydrants or other water sources as part of our operafion through the proper authorities. Office and Staffing: Our central office is staffed from 8 a.m.-4 p.m. Monday through Friday with emergency response staff available 24 hours per day, 7 days per week. Our 24-hour toll free number is 1 -888-347-8253. Communication: Our sweeper operators have company issued cell phones and two- way radio devices and are in constant contact with our scheduler and our Operations Manager, as well as City staff if necessary. Employee Drug Testing: Pacific Sweeping hires and trains only the best employeesVAII employees undergo pre- employment drng tesfing and ongoing random drug testing through our contractor, Drug Tesfing Network, Inc. Confidential and Proprietary Page 12 of 28 Printed on Recycled Paper Safety: The success of our training program is evident in our low employee turnover, lack of cancelled contracts and a low worker's compensation x-modification rate of .77 in an industry where the average is much higher. Considering that we sweep hundreds of thousands of miles each year, our loss history is impressive and demonstrates our commitment to safe and responsible sweeping and a healthy and save work environment. Quality Control: As standard pracfice all our operators are trained to make as many passes as necessary to properly clean the street. Our Operafions Manager, Supervisors, scheduler, shop foreman and lead drivers are constanfiy working together reviewing the route maps, driver assignments and equipment assignments. We match our drivers to routes that make geographic sense to eliminate unnecessary travel time. Once we assign drivers to your City, they are there to stay and they take a vested interest in the routes, the quality of their work and the final outcome. Our drivers understand that a clean gutter and street means a cleaner community as well as a cleaner beach or bay and they are incentivized to produce quality work rather than achieve high producfion or move rapidly through their route. Since ail our sweepers are tracked using GPS, our dispatcher can easily review the day's summary for speed, downtime and route complefion. Our employees call in their route status twice daily to our operations center so our Operafions Manager can determine what, if any, additional needs there may be. Roufinely. our supervisor, operations manager and our company President spot-check routes for quality and they are all available within a short fime to respond to any issues that may arise. To insure continuity in all of our routes. Pacific Sweeping employs backup drivers and reserve drivers to cover those situations where vacations and illnesses cannot be avoided. An unplanned vacafion or illness on our side should not result in a service interruption for our customer. Transition Period: The added-value with our firm is there is no transition period because we are familiar with the work and know the routes well. Our Ongoing Work Plan: Our work plan consists of the following key elements that demand a high-performing team like Pacific Sweeping: • Sufficient operators and a backup operator assigned to sweep the City. • A full-fime Supervisor assigned to the project. • The operators understanding of the routes. • The operator's clear understanding of what an effecfive and efficient sweep looks like at the end of the day. • Our shop's ability to maximize our equipment uptime. • Our mechanic's ability to perform p.m. to avoid equipment failures. • Our scheduler's success at building back-up systems and tracking our routes using GPS to insure route complefion. • Our administrative team's success at compiling the debris reports, man hour and equipment asset reports, and route reports accurately and on fime. • Our management team's success at insuring your objecfives are fulfilled with regard to sweeping and debris handling. • Our entire team's success at providing the best customer service in all situafions and responding to the unique needs of each of our clients. Confidential and Proprietarv Printed on Recycled Paper Page 13 of 28 CANNON PACIFIC 24 Hour Availability- We operate 24 hours per day, every day with a supervisor or operations manager available at all fimes. Your staff will have access to our key staff at all fimes, 24 hours per day/7 days per week. Licenses/Certifications Our Company possesses the following credenfials and certifications: We are licensed California Contractor, #884113. We are a certified local small business with the City of San Diego. We are members of the North American Power Sweeping Associafion (NAPSA). We a certified Small Business Enterprise (SBE) with the State of California. We are members of the San Diego Chapter of the MSA (Maintenance Superintendent's Association) Our equipment has been inspected, registered and certified by the manufacturer for SCAQMD 1186 compliance. Confidential and Proprietarv Printed on Recycled Paper Page 14 of 28 CA.NNO,\ PAUHC Canrion Pacific Services, Inc., dba Pacific Sweeping cleans over 350,000 curb miles per year in Southern California leaving clean streets behind. Confidential and Proprietary Printed on Recycled Paper Page 15 of 28 PACIFIC SWEEPING EQUIPMENT MAINTENANCE PROGRAM Daily inspections All Equipment is inspected twice daily, at a minimum, via a pre-trip and post-trip inspection process. All Operators complete the inspection process and the appropriate forms prior to deploying and upon return to our Operations Center. This inspection process eliminates any vehicle being used that is leaking, has improperly inflated tires, is low on fluids or is generally not functioning properly and places it on the mechanic's priority list for inspection and correction. This inspection is consistent with the Manufacturer's recommendations for the engine, chassis and sweeper components. Bi-Weel(ly inspections Once every-other-week, our trained mechanics inspect each piece of equipment utilizing the preventative maintenance checklist while referring to the daily pre-trip inspections and the manufacturer's recommendations. The purpose ofthis preventative maintenance inspection is to identify potential failures, insure that fluids are checked and changed at regular intervals and to perform other important and critical services on the equipment to maintain maximum efficiency and minimize downtime. Preventative Maintenance inspections Pacific Sweeping has a strict P.M. program that provides for the most effective, clean and robust fleet in the region. Our Sweepers and other equipment all receive the same level of inspection and maintenance from our staff in the following areas: Engines (primarv and auxiliary) All Engine oil is replaced at the recommended frequency, 100 hours or 3,000 miles whichever comes first. Transmission/Drivetrain Monthly inspections of all transmissions by drive test and fluid inspections for metals and foreign debris are conducted. Any problems are dealt with promptly via further inspection, repair, overhaul or other means necessary. Tires Tires are inspected twice daily and changed when depth tread is down to 25% of original or when tires fail. We maintain a solid relationship with Pete's Road Service who is our first responder for any of our tire needs, Whether in the shop or in the field. Brakes Brake components are inspected daily and visual tirake pad inspections conducted once per month at a minimum or at each tire repair/change. Brake pad replacement and drum/disc relining occur as needed when minimum tolerances are reached. Shift Axles Shift axles are inspected at the same interval as the transmission/drivetrain. Hydraulics All hydraulic lines and components are inspected twice daily for unusual bulging, leaking, cracking, etc. Any problems are flagged "out of service" and repairs prioritized appropriately and completed ASAP. Gutter Brooms Gutter brooms are inspected twice daily at a minimum and replaced at 5" height or when broken, bent or otherwise unusable. BAH (Broom Assisted Head) For those equipped, pickup heads are being inspected daily and gutter brooms shall be changed per manufacturer's recommendations. Sweeper Components Sweeper components identified by the manufacturer are inspected at the frequencies prescribed by the manufacturer. We maintain current maintenance, troubleshooting and operators manual on all of our sweepers. Washinq/Cleaning/Refuelino Washing of the exterior and hoppers of ail equipment occur at the end of every work day at our facility or a facility closest to the service area. Cleaning is performed daily by each assigned operator or a dedicated wash rack attendant. Refueling and debris dumping occurs at the end of each workday and throughout the day as needed. Confidential and Proprietary Page 16 of 28 III fl I ! REQUIRED CITY BID FORMS i \ Confidential and Proprietarv Page 17 of 28 in 11 j SEAWALL and RAIL TRAIL SWEEPER To be used on the rail trail and the seawall. Confidential and Proprietary Page 18 of 28 Large ergonomic operator compartmsnt for comfort. Ciear-View'" sight lines and safety Sweep system only activates when mschine is in motion, for safety and longer broom life . 4 cylinder industrial engine provides reliable cost-effective performance Single lever sctfvates and controls complete sweeping and dust control system from the cab DustClear" 5-Stage Dust Control System Connfoft ride 21 inch pneumatic tires offer the operator B smoother ride with less jarring cn rough surfaces Ultra-Web* dust filter captures submicron particles and is cleaned eutomaticsHy when the main broom lever is returned to the raised position Non-corrosive structural roto=molded hopper with integrated 5 mph bumper extends mschine life Wide 50 inch main broom plus the dual side brooms create a superior 77 inch dust controlled sweep pgth - - DustGuard"* attacks snt controls dust at the side brooms DuatGusfti-SiJpprssses side bfcefn gsm^&i^d dust incr(5as!rtg dust conLrBlIsc! produsBvrty by up lo 71%. For opemal safety, ttie oparator conifers the hoppsr safety enn from fhe seal. The sweeping syslema autKnatically stiul ctown wtien the machine stops. Tfie optional ali wsathsrcati k^ps ths ope-aior comfoflflbia and productive. Clear View " wincSow In the cab provftfes a safe view of Ihe righJ side broom. MEXACCSSS' allows isstef repai.'s snd less downtims so lha swespsf spends less time In lha shop eod more Jime sweeping Ultra-Web" dust fitter is >9a% effoenl on 0.3 • 1 micron dusL TWs meats MERV 13 on Ihe ASHFWE 20 pdnl scale. Exterra® Rider Sweeper Superior Dust Control and Productivity... The Advance Exterra® is unsurpassed in indoor and outdoor power sweeping. A 60 inch main broom - the widest in this sweeper class - combined with full time dust controlled dual side brooms*, creates an incredible 77 inch sweep path. On conventional rider sweepers, dust is contfDiled at the main bnoom only, the side brooms, the biggest source of dust, must be raisad in open areas when fugitive dust is a concem. The Ext^a is not a conventionai machine. The innovative DustClear™ Rve Stage Dust Control System allows for full time use of the dual side brooms by controlling dust along the entire sweep path - including the side broorDS. Productivity is then increased by up to 71 % compafBd with conventional sweepers that control dust only at the main broom, With superior dust control, innovative safety feature, low maintenance costs, and ease of operation, the Advance Exterra redefines power sweeping. ' optional feaiures Unique, DustClear'" Five Stage Dust Control System - 1.) Patented DustGuard"' at the side brooms, 2.) Vacuumized Main Broom Chamber, 3.) Airflow Labyrinth, 4.) Nar>ofiber Technology Dust Filter, and 5.) Airflow Restoration System ail for dust control performance unsurpassed In the Irvdustry. MaxAccess™ - Minimizes downtime and maximizes efficiency, reliablilty and longevity through quick and easy access to ail engine and hydraulic components. Easy To Operate - One-Touch"" controls and a single foot pedal controls difBCtion plus activates the main and side brooms and offers tlie operator the easiest machine to use in the industry. Clear-View'^ - Offset hopper a!!ov/s th© operator to view the side broom and the area in front of the sweeper without havir>g to lean outside the frame of the machine making It safer to use. Operator Safety - Hopper safety ann is controlled from the operator's compartment. Operator is safe irom moving parts through the interlockfng engine cover. Impact-adsorbing body structure and 5 mph bumper provides the ultimate in operator safety. Ideal applications include: • Manufacturing Plants « Warehouses • Cement, Brick and Block Facilities « Contract Cleaners • Rental Centers • Parking Garages • Surface Lots « Municipal Parks ^ Zoos / Amusement Parks Air Quality Features - * DustGuard^ "fog" suppresses airborne fugitive dust for a cisaner environment* « Ultra-Web* filters submicron particles for a cleaner sweep Safety Features - * Independent testing lab, ETL certified for safety ' Lovy 83 dS A sound level Systalnability Features - * Constructed of materials th&t can be recyded * Automatic return-to-idle engine feature conserves fuel and lowers total err^ssions * Svyeep system off in neutral feature can extend broom life by 30% " Must order bustGusrd"' ,1 TYMCO 600 SWEEPER The primary sweeper to be used in Carlsbad on the arterial streets and residential streets. Contidential and Proprietary Page 21 of 28 « s^iss!' Ilh Dual large heavy duty 43' diameter steel brooms designed for digging debris oui of curb and gutter. Optional gutter broom tilt adjuster uses in cab controls to adjust tlie gutter broom angle. Large 12' diameter by 79" long broom with in cab controls that allow broom assisted sweeping only when needed. Powerful 8° diameter suction nozzle for cleaning applications such as catch basins. Optional nozzle and hose extensions available. FROM THE PEOPLE WHO IN VENTED AIR SWEEPING! REGENERATIVE AIR SWEEPERS REGENERATIVE AIR SWEEPERS Conventional Omb Chassis MODti 600^ BESIHEBATItfE JlIB SWEEPEr/eEWEBftl SPECIFICATIONS SWEEPER AUXILIARY ENGINE Englrw JOHN DEERE 4045T, 4 cyl. (Tier 3) Displacement 275 cubic inches (4,5L) Horsepower ..89 @ 2.400 RPM (74 kW) Nel torque 261 ft-lb @ 1600 RPM (354 Nm) Air cleaner, heavy duty Dry type Oil filler, spin on Full fkw AuxiSary engine shutdown systenfi BLOWER, Rubber Lined Aluminum alloy higti volume open face lurt«ne Purpose Creates blast and sucticn Bearings (2) sealed lifetime lube.antl-frlction BoH-on tiousing ...Abrasion resistant, replaceaWe liner Drive Heav^ duty power band DUST SEPARATOR Type Cydonlc, multipass, oenlriftigal separation Size 20"x6r cylir>drical area (508mm x 1549mm) Location Axial lo blower within hopper super siructure Particulale removal Through 61" (1549mm) skimmer sJol into tK>pper Irtspeclion Hinged door, openaj from hopper exterior Housir>g Abrasion resistant, w/replaceaWe wear resistant liner HOPPER Capacity (volumetric) 7.3 cubic ya/ds (5.6 m=) Capacity (voiumetric) 6 cubic yards (4.6 nf) Conslruction Welded st&al with integral stiffeners Roor angle 22' Dump door opening 84° x 44' I.D. (21S^4mm x 1118mm) Dumping melhod Hydraulic with raker bar Dumping height 36* (914fnm) PfOK-UP HEAEI Function Air biasi and suction chamber Width 87" I.D. (2210mm) Head area 2,610 sq. inches (1.6Bm^) BAH'area 3.567 sq. inclies (2.3m^) Suspensfon 4 springs. 2 dreg links Skids DUO-SKIDS« Suction & pressure hose 14" diameter (356 mm) Pressure trfeeder Integral for leaf/light material pickup GUTTER BROOr^, DUilL PMairtgif Standard equipment includes floodlight ar^d parebQlic mirrors Drive Constant spaed non-reversible hydraulic motor Adjustment Adjustable for down pressure, pattern and wear Down pressure Aulomaticaliy adjusts to requfremeni FiBWbiSty All directions Integra! anti-dannege "swing away* relief valve Broom 43' dia. (1.1 m) steel wnre, vertk^ digger HYDRAULIC SYSTEM Operates gutter bfoom(s), dump arvd p<ck-up head Drive (diesel) Gear driven from auxiliary engine Drive (ONG) Bett driven from auxiliary engine Capacity 8GP!^(30.3 LPM) Reservoir 25 gal. (94.6 L) with 80 mesh suction strainer, sight/temperature gauge, c>c«>ler F'f'er , 10 micron in-line DUST CONTROL SYSTEM System of waler spray nozzles for alrtrarne dust suppression Purnp Electric diaphragm Reservoir(s) Polyethylene 220 gal. (832.7 L) with hydrant fill hose Rler 80 mesh In-line Low water shut-off Safety shut-off with low water warning light in cab coupled with Ik^uid level ser^r Spray nozzles: Around pick-up t>ead 4 Gutter txooms (each) 2 Hopper (inside) i CONTROLS Inalde eeb (lighted) Pid<-up head. gutter broom(s). ignition and tachometer (auxiliary engine), vdbneler, low waler warning system (for dust control system), all safety lights, hour meter, pressure bleeder Outside cab Dump Steerlrig oua! SAFETY WARNINO DEVICES Ambar raar mounted atternaf ng flashing warning Ptghls Amber high powered strobe light with limb guard Bat* up alarm OPTiONAL EQUIPMENT Abrssion proledion package Auto Sweep Interrupt Auxiliary hand hose 8" dia. (203 mm) Auxiliary hand hose hydraulic boom assjst Auxiliary hydraulic system Broom Assist Pick-up Head (BAH^) Cabover pad<age Includes 330 gallon (1249 L) water capadty Compressed Natural Gas (ONG) powered Dustless - (Model OST-6^ Gutter broom BU adjusler(s) (right, left or both) Gutter broom variatjte speed Gutter broom Drop-Down Hi/Low pressure washdown system High output water system Hopper deluge system in I r { Helper drain syslem Hose reel, 50' retractable Liquid recovery syslem Low emissfons package Magnet Propane LPG powered Reverse pick-up head syslem Runway Sweeper - Model HSP' Stainless Sleel Hopper Color (other ftan TYMCO standard white) Spedai options are availaUe for your individual requirements. Contact your local dealer or TYMCO. CAB/CHASSfS Minimum Requirements Model International 4300 M-7 GVW 30.000 Ibs. (13.620 kg) Frame ,..,.„ ....... 50,000 PSI Engirw MaxxForce 7 365 CID (6.4 L) VB Diesel - 200 HP Transmission.... Allison 2500 RDS series 5 speed automatic w/extemal oil fitter Allernator ,. no amp Batteries (2) 12V 1300 CCA Wheelbase 152* (3861 mm) Puel tank 50 gal. (189 L) shared writh sweeper Tires {2-rron(. 4-r©3r) Tubeless 11R x 22.5 Steering (Dua!) Integral power assisted with lih Brakes ....Dual Air w/13.2 CFM air compressor Instruments & lights Full package as required, back-up alami Dual gauge package Mirrors Electric remote controlled and heated Air conditioned cab AM/FM CD slereo radio Cor^lt teclory for sweeper spedficatiofis and other availabte truck (ttassis. GENERAL SWEEPINO WIDTH Pick-up head only a?" (2210 mm) Withi gutter broom no* (2794 mm) With 2 gutter breams 142" (3606 mm) OVERALL DIMiNSIONS (Appreximete) Length 248'(6299 mm) Width 96' (2438 mm) Height @ truck* 118' (2^7 mm) Height less strobe light 103' (2616 mm) Empty weight* 17,195 Ibs (7B06 kg) Weight (sweeper)* 7,950 ibs (3622 kg) 'Dimensjons and wei^l may vary with equipmenl. !00-258-962i www.tyinGO.com eryMCO. Inc. 2009 I^i^f'.??^^"^OS .suijieci' 10 cJ.utnge without notice. ha 11 I' TYMCO 435 SWEEPER To be used in the Downtown Village, the parking lots and in those residential neighborhoods with small streets and tight turning angles. Confidential and Proprietary Page 23 of 28 B ?m sw^^c 11^ REGENERATIVE AiR' ; c SIS r- - 435 I I m ^^^^^^^^^^^' I • ' »' If* WOTt vvnUM nrak'rsl3HiJ«h«Regmmlive Akr System ond vm'-rTV^lCf 51 sweepercu-mpJ^^^ -.\.n>.vriiM'%'l .»H»rt»>i» r«*«! inriacsii? Inm yivj,;( pajuafrms-oi javcssunctrl That's why, for morc than t\v«nty-nve years, \\c'\^ aflercJ hvv»-i1i..« schcMHilnl t»..«m,r»;K ;M our itsutlin in Waco. Texas. Owners, managers, operators and mechanics pet •*uf»in-(.« iM.mwc ;nv,uw ll. ^ipeculr tjucstions. Enraliment levels arc kept low. so you and your team wtll get personfll -tunn.,.h .1.. .1% th! iS^t^nMniU' no leum from the exiMncsKcs of olher attendees through Itw interaction of She class When your operators ond mechanics are llwfwighlv' ifntnnJ and knowledgeable about the TVMrf I swciifwt. vm y«t Miei performance and a lower cost per operating hour • TYMCO offers full Iwo-day schools • Choose from over 30 schools scheduled per year • Yearly cioss schedules and class agendas ore jvaitahlc • Learn through dcmonstratjons on nn opcratiamsl -iuscricif - Special schools arranged for lai^e groups " Register to nvicnd on our web site .S(if uiri;)i;iv rj--a(ij>nrd tor tr-ii'-mp. our 3500 s<jmars foot, temperature controlled facihty n'lewder. .irnplL' space for demonstrations on an operational sweeper and systems t <im»n, .nciril! Wl' ;iN .1 provide daily ground transportation from the hotel to our training '.i.:i»fi!ii;v. !nnd l«mt;h i«onMS. Cmiv^-ii^t ^aier Seirvme Cferafers Mil. I.S l.!"»,JJuvisi nntf dn^ma of others woridwide, you receive .-.Mljt-ifhM pars', .-.n,.* .-u-nvi.-i. from TYMCO's exclusive network of dcfflleis. mmmim mmmpmiimmmmmmmnmswwmi M»fGAieo wfm imm m0 commMCMtt IMMI mummi^Murw fit if 11110, mm rmc0 UMM 4SBghrM Large 4.0 cubic ynrd. ttcavy duty, steel hopper incretses sweeping time % fMtSBtii&MMV^iMn^iBttift^ '72 inch dump height enables dumping into vanous size containers 0 O^HUNSMTjflldJVf Patented centrifugal dust separator keeps the finej and dust inside (he hopper without ^ BSmim-'Mm. M# 1lUt)mS^S>^^.^mm^A (jxhauslinft air back inlo llic atmospticrc. There are no filters or baffles to clean or replace. w BSmSGf OF JWttiflftwflelfflCP® .Streamlittfid side panels help reduce noise and swing open for cosy access to auxiliaiy engine. ^ THtf'WfC^O f f ijf l lc;ivy duty Isuzu 17.950 lb GVW chassis (Can bc equipped with optional dual stc«nn|f fw Aif With our proven... nghtairh-sideVK^vl TmS§® SSB^mSSSMmS Front and rear locking storage areas give you a cwhined 80 cubic foot of prtwecwsd space Latige hydraulically operated dump door allows tior easy disclwtBe and cleaning. Pflteflted TYMCO gutler broom with floodlight nmt parabolic mirrof Time tested, heavy dtitj* 78 inch inside widlh /' 82 inch outside width, pick-tip head Imide the vab. lUuminaied sweeper controls, luttm chaiged auxiliaiy engine. ^ ^ 150 gallon water capacit> 'TT'.rti ""•TjMir.^.J WiTriiSillll^^ n.-^ry li'r'iir.'/rr"'r'',f!M>rr Sweeper phoiogi-aplis may ccntam optional tquipment - Conmli your dealer for more information ELGIN BROOM BEAR SWEEPER To be used on streets with unusually heavy dirt, sand, rocks, leaves, etc. Confidential and Propnetary Page 26 of 28 I 3*4?*.- "iT-^-^- -1-;.^ • ,* 'fe'*. Commercial chassis/ssngk engiiie A high lorquc diesel engine is teamed with a Frcighilinci Business Class or Intemationai Durastar chissis to create one of tiic most powerful and reliable single engine packages in the industry. The straight forward, singk- engine layout provities greater fuel cfHcitncy and simple mainrenance. •i'^.fe^cj, fc- ck^i cr.?,.. c^-- Power train An Allison 3500 RDS transmission, £ lO.OlK) pound (4536 kg) front axle ind 2 23,000 pound (1 !>433 kg), twin air spring suipfHsion 2-spsed rear axle complement the powerful single trngiric and provide the opcrstor with hours ofcnmibrtablt ride. Side Brooms Large 46-inch (1168 mm) dual frce- Doatbg trailing arm side brooms* offer four-way motion, along with steel plate sideways construction to protect against obsiacles. The brooms are hydraulically driven and a load sensing system conuois a constant broom lotaiion speed regardless of engine RPM or ground speed. Pneumatic lift and extension control provide unique sweeping aaion in front of the main broom. Plus the brooms citend out from 110" (2794 mm) to 144" (3657 mm) when both are sctivated making it easy to reach deep imo cur\'es, cul-dc-sacs and other tight areas. Main Bmom The main broom is attached to a fiilly floating trailing arm to better conform to road contours. Prixluaivity is enhanced with automatic senings for down pressure, and wear control. Liii and iow?r funaions are contiolled from the cab, as are main broom down-presiure controls. Main broom arm bearings are sealed, can be re-lubricated and are self-aligning for self-adjustrncnt when experiencing an unet-en load which decreases wear and increases main broom bfe. Varisble hei^x dump The standard variable height dum feature allows operators to unload fror ground level to dump truck height an anywhere in between. With its side shii capabilit)', the hopper can shift to ih right 11 inches (279 mm), allowing fo material to be unloaded into the center 0 a truck or container. The dump systen is powered by a unitized, twin cylindei double-scissors lift for majamum strength rigidity and trouble-free operation. With lift capacity of loads up ro 11,000 pound (4990 kg), the hopper can be raised to fuI height, dumped and retracted in as littt as 70 Kcond.'i. 11 • I MASCO SWEEPER To be used in the smaller parking lots Confidential and Proprietary Page 28 of 28 The Model 1600 is a three cubic yard recirculating vacuum sweeper designed to sweep trash such as cans, glass bottles, food containers, baby diapers, rocks, sand, and broken glass. ortant faa 'B sweep ^ Low cost of operation, rapid trash pick-up with few moving parts. ^ Low noise, water cooled auxiliary engine. ^ Stainless steel hopper for a long life and corrosion resistance. ^ High speed curb blower to clean curb lines without leaving truck. ^ Easy driving and operation, maneuverable, and easy to get in and out of truck. ^ LowclBarancB 6'4"for sweeping parking garage. ^ New low noisB engine cover with no "up" air exhaust, and low dust * GALVAN™ Galvanized sweeper frame. ^ Stainless Steel Hopper, Galvanized Frame Lifetime Guarantee. The standard auxiliary motor is a gas powered 46 hp 4 cylinder water cooled engine. Options available are: curb broom, safety lights, refuse vacuum hose, and stainless steel hopper. Truck options are air conditioning, and AM/FM radio.'The stainless steel hopper eliminates rust and corrosion. Stainless durability makes the sweeper lighter and more economical to operate, and high dump clean-out is a snap because of the smooth stainless steeL The majority of these sweepers are mounted on the Toyota Tundras and Chevrolet Silverados. The sweeper will mount on any half-ton or 3/4 ton pick-up with automatic transmission. 9 ~t rl ,* BID COVER SHEET CONTRACTOR'S BID TO PROVIDE SERVICES Bid No. 14-01 In compliance with the REQUEST FOR BID, Bid No. 14-01, 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 REQUEST FOR BID, dated and signed by the CONTRACTOR; The proposed CONTRACT with attached exhibits prepared on the CITY'S form, dated and siqned bv the CONTRACTOR; and Addenda: . The undersigned CONTRACTOR declares that the only persons or parties interested in this BID 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 Carisbad 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 Carisbad as set forth; and that the GONTRACTOR 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' Cannon Pacific Services, Inc. dba Pacific Sweeping ADDRESS: 285 Pawnee Street, Suite A, San Marcos, CA 92078 PHONE: 760-471-9003 by DA ii Lee Miller, President and CEO TITLE ZO ^ 10 of 85 11^ r 1 August 1, 2013 ADDENDUM NO. 1 RE: STREET SWEEPING SERIVCES RFB #14-01 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to vour Request for Bid when vour bid is submitted. JOHN DEREGO Buyer City of Carlsbad I ACKNOWLEDGE RECEPT OF ADDENDUM NO. 1 Bidder's Signature 13^ 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.* ^limA/n r^' *° 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. Bid item No. Description *Estimated Quantity and Units Unit Price Uii ^11 ICI IlO Extended Monthly Total Extended Annual Total 1. Street Sweeping Services Approximateiv 800 Curb Miles per Month* (*Estimated) 1 19.30 5 15,440.00 X12 ^ 185,280.00 1. Street Sweeping Services Approximateiv 800 Curb Miles per Month* (*Estimated) Per Curb Mile X12 2. Parking Lot Sweeping Services 1,150.000 $ .00055 $ 632.50 X 12 $ 7,590.00 2. Parking Lot Sweeping Services Square Foot per Month* (*Estimated) Per Square Foot X 12 $ 7,590.00 3. Seawall Sweeping Services TWO (2) Sweeps per Month* (*Estimated) $ 295.00 ^2 ^ 590.00 X 12 ^ 7,080.00 3. Seawall Sweeping Services TWO (2) Sweeps per Month* (*Estimated) Per Sweeping Occurrence X 12 4. Coastal Rail Trail Sweeping Services Two (2) Sweeps per Month* (*Estimated) $ 75.00 x2 $ 150.00 X 12 $ 1,800.00 4. Coastal Rail Trail Sweeping Services Two (2) Sweeps per Month* (*Estimated) Per Sweeping Occurrence X 12 5. Special Sweeps Between 5 and 40 Hours per Year* (*Estimated) ^ 100.00 Per Hour X40 4,000.00 $ *ESTIIVIATED EXTENDED ANNUAL TOTALS OF BID ITEIVIS 1-5 J 205,750.00 11 of 85 Cleaning Yo ur E n vironment STREET SWEEPING SERVICES BID No. 14-01 EXCLUSIVELY FOR CITY OF CARLSBAD AUGUST 15,2013 BID SHEET 1937 W. leg**" street Gardena, CA 90247 (800) 225-7316x108 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 Trai! TWO times per month, parking lots and alleys ONE time per month. Bid Item Nb. Description 'Estimated Quantity and Units Unit Price Extended Monthly Total E3ct^hded Annual tdtal 1. Street Sweeping Services Approximateiv 800 Curb Miles per Month* (*Estimated) $22.00 $17,600.00 X12 $211,200.00 1. Street Sweeping Services Approximateiv 800 Curb Miles per Month* (*Estimated) Per Curb Mile X12 2. Parking Lot Sweeping Services 1,150,000 $0.0011 $1,265.00 X12 $15,180.00 2. Parking Lot Sweeping Services Square Foot per Month* (*Estimated) Per Square Foot X12 3. Seawall Sweeping Services TWO (2) Sweeps per Month* (*Estimated) $ 225.00 x2 Per Sweeping Occurrence $ 450.00 X12 $ 5,400.00 4. Coastal Rail Trail Sweeping Services Two (2) Sweeps per Month* (*Estimated) $105.00 x2 Per Sweeping Occurrence $210.00 X12 $2,520.00 5. Special Sweeps Between 5 and 40 Hours per Year* (*Estimated) $ nn Per Hour X40 $3,400.00 *ESTHVIATED EXTENDED ANNUAL TOTALS OF BID ITEMS 1-5 $237,700.00 11 of 85 STREET SWEEPING SERVICES BID SCHEDULE "B" 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. Bid Item No. Description ^Estimated Quantity and Units Unit Price Extended Monthly Total Extended Annual ' ' Toiil 1. Street Sweeping Services Approximateiv 1800 Curb Miles per Month* (*Estimated) $17.95 Per Curb Mile $32,310.00 X12 $387,720.00 2. Partying Lot Sweeping Services 2,500.000 Square Foot per Month* (*Estimated) $0,001 Per Square Foot $ 2.500.00 X12 $ 30.000.00 3. Seawall Sweeping Services FOUR (4) Sweeps per Month* (*Estimated) $210.00 x4 $840.00 X12 $10,080.00 3. Seawall Sweeping Services FOUR (4) Sweeps per Month* (*Estimated) Per Sweeping . Occurrence X12 4. Coastal Rail Trail Sweeping Services F0UR(4) Sweeps per Month* (*Estimated) $95.00 x4 Per Sweeping Occurrence $380.00 X12 $4,560.00 5. Special Sweeps Between 10 and 80 Hours per Year* (*Estimated) $85,00 Per Hour X80 $6,800.00 *ESTll^ATEp EXTENDED ANNUAL TOTALS OF BID ITEMS 1-5 $439,160.00 12 of 85 13^ I. 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 Words: Two hundred thirty-seven thousand seven hundred doilars and no cens ^ Scheduie "A" Annual Total amount of Bid including items 1- 5 in i numbers: $237,700.00 Schedule "B" Annual Total Amount of Bid including items 1 - 5 in 1 wfirds: EoMr hundred .thirtv-nine thousand one hundred sixty doilars and no cents 1 Schedule "B" Annual Total amount of Bid including items 1- 5 in } numbers: $439,160.00 Price(s) given above are firm for 360 calendar days after date of bid opening. Addendum (a) No(s). J has/have been received and is/are included in this bid. 13 of 85 ^ CARLSBAD r jjtl , jf www.carlsbadca.gov September 19, 2013 Selection summary for RFB 14-01 regarding the agreement for street sweeping services. In 2007, the California Regional Water Quality Board, San Diego Region, issued Order No. R9- 2007-0001 in conjunction with NPDES No. CASO108758 requiring mandatory street sweeping in municipalities in San Diego Region 9. The city had an agreement with Clean Street, Inc., but the contractor opted out ofthe current agreement. New proposals were sought and a mandatory pre-bid meeting was held with two proposers in attendance. The two experienced proposers submitted proposals: • Clean Street, Inc. • Cannon Pacific Services, Inc. A meeting was held with staff and one attendee from Cannon Pacific, Inc., and no attendees from Clean Street, Inc., to open the bids submitted by the two proposers. Staff held another meeting to open and perform the best value evaluations of the two proposals. The evaluation team highly recommends Cannon Pacific Services, Inc., as the vendor best able to provide the services required as the best value based on references, expertise, financial stability, price, experience, professionalism, safety record, equipment and best overall value to provide street sweeping services. Total bid prices by both proposers: • Clean Street, Inc., - $439,160 • Cannon Pacific, Inc. - $364,684 Sincerely, Supervisor City of Carlsbad, Public Works Public Works 405 Oak Ave. I Carlsbad, CA 92008 I 760-434-2980 I 760-720-9562 fax /37 BEST VALUE EVALUATION QUICK REFERENCE SHEET Choose weights within listed ranges. Recommend that sum of weights equal For scoring, enter numbers from 1 through 5, 5 =best. Totals on each li.ne^uaJs^co|gJrr^^^ RFB/^^/ Street Sweeping Services MINIMUM CRITERIA Cost Responsiveness to Specifications References/Previous Performance Warranty/Ability to Provide Service, Repairs, etc. Consistency with Current Equipment or Standards Unspecified Value- Added Offerings by Supplier Delivery Wait Time or Implementation Schedule Cost (Example) WEIGHT 30% 0% 20% 15% SUPPLIER A 10% 10% 5% 50 TOTAL SCORES (Attach comments to support scores) Evaluator(s). A, Evaluator(s) / ^-0-<^ E val u ato r (s) Evaluator(s) Score c Total SUPPLIER B Score (0 LP 5 0 i5a FAS Approving Official:. Total 30 Q jov M-0 1^ 250 SUPPLIER C Score Total Other Possible Criteria: Vendor's Financial Stability / Quality of Product or Effectiveness of Service / Years of Operational Experience of Company or Personnel / Life-cycle Cost Evaluation (Purchase, financing, maintenance, operational costs, upgrades, disposal) / Return Policy / Existence of proven methods or goods. BEST VALUE EVALUATION QUICK REFERENCE SHEET RFB/^<^ Street Sweeping Services Choose weights within listed ranges. Recommend that sum of weights equal ^• •, For scoring, enter numbers from t ihroughS^beslTo^^ MINIMUM CRITERIA Cost Responsiveness to Specifications References/Previous Performance Warranty/Ability to Provide Service, Repairs, etc. Consistency with Current Equipment or Standards Unspecified Value- Added Offerings by Supplier Delivery Wait Time or Implementation Schedule Cost (Example) WEIGHT 30% 0% 20% 15% 10% 10% 5% 50 TOTAL SCORES (Attach comments to support scores). Evaluator(s) . --s / / Evaluator(s) Evaluator(s) SUPPLIER AxS Score Totai cl 5 SUPPLIERS /CS Score a s 3 3^ 150 IFAS Approving Official:. Total ^0 c/d /5 250 SUPPLIER C Score Total 50 Other Possible Cnteria: Vendor's Financial Stability / Quality of Product or Effectiveness of Service / Years of Operational Experience of Company or Personnel / Life-cycle Cost Evaluation (Purchase, financing, maintenance, operational costs, upgrades, disposal) / Return Policy / Existence of proven methods or goods. 4; BEST VALUE EVALUATION QUICK REFERENCE SHEET RFB/'^^/ Street Sweeping Services Choose weights within listed ranges. Recommend that sum of weights equal For snnritTO^erjiurnbers from 1 through 5, 5 ^best. Jojalsjgj^^ MINIMUM CRITERIA Cost Responsiveness to Specifications References/Previous Performance Warranty/Ability to Provide Service, Repairs, etc. Consistency with Current Equipment or Standards Unspecified Value- Added Offerings by Supplier WEIGHT 30% 0% 20% 15% 10% Delivery Wait Time or Implementation Schedule Cost (Example) 10% 5% 50 TOTAL SCORES (Attach comments to support scores). Evaluator(s). Evaluator(s) X^AlAn Evaluator(s) Evaluator(s) SUPPLIER A CP Score 0 Total SUPPLIERS CS' Score 0 0 S 3 5^0 ro 70 ,—4-50— V 3 IFAS Approving Official:. Total Score SUPPLIER C yr Total 210 50 Other Possible Cnteria: Vendor's Financial Stability / Quality of Product or Effectiveness of Service / Years of Operational Experience of Company or Personnel / Life-cycle Cost Evaluation (Purchase, financing, maintenance, operational costs, upgrades, disposal) / Retum Policy / Existence of proven methods or goods.