71
CITY OF LOMITA REQUEST FOR PROPOSALS STREET SWEEPING SERVICES SUBMITTAL DEADLINE AUGUST 14, 2017 3:00 P.M.

REQUEST FOR PROPOSALS - Lomita · The purpose of this Request for Proposals ... In case of a discrepancy between words and figures, ... color, national origin, ancestry, gender, or

  • Upload
    lamphuc

  • View
    232

  • Download
    0

Embed Size (px)

Citation preview

CITY OF LOMITA

REQUEST FOR PROPOSALS

STREET SWEEPING SERVICES

SUBMITTAL DEADLINE AUGUST 14, 2017

3:00 P.M.

2

TABLE OF CONTENTS

NOTICE INVITING PROPOSALS…………………………………………………………….3 I – GENERAL REQUIREMENTS …………………………………………………………….4 II - INSTRUCTIONS TO FIRMS SUBMITTING PROPOSALS……..……………..………9 III - PROPOSAL FORMS……………………………………………………………….........12 IV - GENERAL PROVISIONS………………………………………………………….........17 V - SPECIAL PROVISIONS……………………………………………………………........29 ATTACHMENT – A - SAMPLE SERVICES AGREEMENT…………………………........44 ATTACHMENT – B – SWEEPING SCHEDULES …………………………….…….........54 ATTACHMENT – C – SWEEPING SCHEDULES …………………………….……….....55

3

NOTICE INVITING PROPOSALS

The purpose of this Request for Proposals (RFP) is to solicit proposals from qualified companies interested in contracting with the City of Lomita to provide Street Sweeping Services for the City in designated areas and on determined schedules at selected hours. The term for these services is expected to begin October 1, 2017 and extend through June 30, 2020. This contract will be awarded based on demonstrated ability and performance providing similar services at a fair and reasonable cost. This contract may not be awarded to the lowest bidder. SEALED PROPOSALS will be received at the office of the City Clerk, City of Lomita, California, until 3:00 p.m. on Monday, August 14, 2017 and shall be identified on the envelope as: “City of Lomita Street Sweeping Services” Fee quotations shall be submitted in a separate sealed envelope with the proposal. Any proposal not complying with this requirement may be subject to disqualification. Late submittals may be returned to sender unopened. All proposals received will become the property of the City of Lomita. The proposal shall be enclosed in a sealed envelope addressed to the City Clerk, City of Lomita, 24300 Narbonne Avenue, Lomita, CA 90717. No proposal shall be considered unless it is made on a proposal form furnished by the City. RFP documents can be downloaded and printed from the City’s website at no charge at: http://www.lomita.com/cityhall/business/index.cfm?p=bids_RFP/index.cfm. All questions regarding this RFP must be submitted in writing on or before 3:00 PM on Monday, August 7, 2017, to Mondher Saied, P.E., via email at [email protected]. Questions received after this date may not be considered. It is the responsibility of the proposer to inquire as to the issuance of any addenda prior to the submittal of a proposal. A business license shall be required prior to performing any work in the City. The City reserves the right to reject any or all proposals and to waive any irregularity of informality in any proposal to the extent permitted by law. The City reserves the right during the life of the contract to change the scope of services by adding or reducing work items and increasing or reducing quantities or frequencies based on the prices set forth for each item of work in this proposal.

4

I - GENERAL REQUIREMENTS GENERAL Street sweeping services are anticipated to cover the time period of October 1, 2017 through June 30, 2020, with the option of extending the contract term for up to two (2) additional years. Award of this contract will be made by the City Council. Proposals for this project shall be submitted on the forms furnished herewith. When presented, they must be completely filled out in the manner and form indicated therein: (1) showing the proposed prices clearly and legibly in both words and numerals, and (2) signed by the proposer, whose address and telephone number shall also be shown. The City reserves the right to reject any proposal if all of the above information is not furnished. The City will not be liable for any costs incurred in connection with the preparation and submittal of any proposal. The City reserves the right to waive any irregularities in a submitted proposal. Each proposal submitted shall be presented under sealed cover, and must be filed prior to the time, and at the place, designated in the Notice Inviting Proposals. EXAMINATION, SPECIFICATIONS, AND SITE OF THE WORK Proposers are encouraged to examine the location of the proposed work and the actual conditions and requirements of the work. Proposers shall not at any time after submission of the proposal dispute, complain, or assert that there was any misunderstanding in regard to the nature or amount of work to be done. ESTIMATED QUANTITIES The quantities shown in the proposal form, and in the estimate included in the specifications, are approximate only, and give a general indication of the amount of work or material to be performed or furnished. They are the quantities, which will be used as a basis for comparison of the proposals. DISQUALIFICATION OF PROPOSALS More than one proposal for the same work from any individual, firm, partnership, corporation, or association under the same or different names will not be accepted, and reasonable grounds for believing that any proposer is interested in more than one proposal for the work will be cause for rejecting all proposals in which such proposer is interested. Proposals in which the prices are obviously unbalanced, and those, which are incomplete or show any alteration of form or contain any additions or conditional or alternate proposals that are not called for or otherwise permitted, may be rejected. A proposal in which the signature of the proposer has been omitted will be rejected.

5

AWARD OF CONTRACT Any contract resulting from the RFP process will be awarded to the firm whose proposal meets or exceeds the requirements of the RFP and who is evaluated as offering the best advantage to the City of Lomita. The City of Lomita is under no obligation to enter into discussions or negotiations with any proposer, and may accept and award a contract on the basis of the offer received in the proposal. Award of contract will not be awarded solely on the basis of the lowest cost proposal. Cost, although an important component, is only one of several criteria being used to evaluate proposals. Criteria for award of contract will include, but is not limited to qualifications and experience of the proposer; quality of technical approach; qualifications and availability of proposed staff; cost/price proposal; financial qualifications of the proposer; and thoroughness of the proposal. Factors include competence, operational management and experience. The Contractor is selected through a competitive negotiation process. The information presented in the written proposal and firm’s presentation will all be considerations. CONTRACT SUM All proposals will include under separate cover, specific cost proposals for any project contract fee with unit prices broken out, based upon the description of services to be performed in the "Scope of Work" section of this RFP. PROPOSAL FIGURES In case of a discrepancy between words and figures, the words shall prevail. The proposal price shown in words shall take precedence over the price shown for the total should any discrepancy exist. An alteration of, or addition to, the form of proposal, which qualifies the proposal, will invalidate it. No mention shall be made of Sales Tax or Use Tax; all proposal prices submitted will be considered as including such tax. EXECUTION OF AGREEMENT If awarded the agreement, the undersigned hereby agrees to sign said agreement and furnish the necessary certificate of insurance within ten (10) days of the Notice of Award of said agreement, and to begin work as of the date on the Notice to Proceed from the City of Lomita, California. INSTRUCTIONS FOR SIGNING PROPOSAL AND AGREEMENT Corporations Give the name of Corporation. Signatures: President or Vice-President and Secretary or Assistant Secretary. Affix Corporation seal and Notary's acknowledgment. Others may sign for the corporation if the Director of Public Works has been furnished a certified copy of a resolution of the Corporation Board of Directors authorizing them to do so. Partnerships Signatures: All members of partnership, one may sign if the Director of Public Works has a copy of the authorization. Affix Notary's acknowledgment.

6

Joint Ventures Give the names of the joint ventures. Signatures: All members of partnership, one may sign if the Director of Public Works has a copy of the authorization. Affix Notary's acknowledgment. Individuals Signature: The individual. Affix Notary's acknowledgment. Another may sign for the individual if the Director of Public Works has been furnished a certified power-of-attorney authorizing the other person to sign. Fictitious Names Show fictitious name. Satisfy all pertinent requirements shown above. CONTRACT PAYMENT Payment to Contractor will be made in arrears on a monthly basis for services performed, provided that the Contractor is not in default under any provisions of this agreement. TERM OF CONTRACT It is the intent of the City to award a three-year contract to the selected firm. The City reserves the right to further negotiate the terms and conditions of the contract. The City, at its option and with Contractor concurrence, may renew this contract for two (2) additional years, in one year increments, on the same terms and conditions as provided herein. This option may be exercised only if the Contractor demonstrates superior performance in the provision of landscape maintenance services during the prior three year contract term. The City has the right to terminate the contract with a 30-day notice for any reason. The City of Lomita hereby ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this RFP and will not be discriminated against on the basis of race, color, national origin, ancestry, gender, or religion in any consideration leading to the award of contract. CITY OF LOMITA BUSINESS LICENSE The successful proposer shall acquire a City of Lomita Business License prior to the start of the contract. LISTING SUBCONTRACTORS Each proposal will submit a list of the proposed subcontractors of this project as required by the Subletting and Subcontracting Fair Practices Act (Govt. Code Sec. 4100 et seq.). Forms for this purpose are furnished with the contract documents and must be included as a part of any proposal submitted. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Proposer shall certify that in all previous contracts or subcontracts, all reports, which may have been due under the requirements of any agency, Site, or Federal equal employment

7

opportunity orders, have been satisfactorily filed, and that no such reports are currently outstanding. NON-COLLUSION AFFIDAVIT Proposer declares that the only persons or parties interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Lomita is personally interested, directly or indirectly, in this proposal; that his proposal is made AFFIRMATIVE ACTION CERTIFICATION Proposer shall certify that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, proposer certifies that affirmative action will be taken to meet all equal employment opportunity without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. QUALIFICATIONS OF PROPOSERS All proposers hereunder must furnish satisfactory evidence to the City that they have operated or are presently operating a street sweeping service of the type similar to the operation described in this document and that they have successfully done so for a municipality for a minimum of five (5) years. In order to determine the eligibility of the proposers, all of them must list all terminated or existing sweeping services (existing ones will be subject to inspection by City personnel). As an attachment to the proposal, all proposers shall include detailed inventories of their equipment and all accessories by type, by model, year of manufacture, and anticipated remaining useful life as of the date of the inventory. All leased equipment shall be listed separately; the time remaining of each leased machine and option of renewal, where applicable, shall be stated. All equipment proposed to accomplish the work under this agreement must be available upon the effective date of the commencement of operations. Any new equipment proposed to be acquired shall be described in the schedule attached to the proposal document stating the scheduled time in calendar days such equipment will be in operation and shall include copies of delivery guaranties by manufacturers. All proposers shall be required to demonstrate to the satisfaction of the City that they have adequate financial resources, experienced personnel, and expertise to perform the services required by these specifications. No agreement will be awarded to any proposer who, as determined by the City, has an unsatisfactory performance record or inadequate experience, or who at any time lacks the necessary capital, organization, and equipment to conduct and complete the services in strict accordance with the specifications.

8

All proposers shall be held to comply with all laws of the State of California, the rules and regulations promulgated thereunder, the applicable ordinances, the rules and regulations of the City of Lomita, the ordinances and rules and regulations of the County of Los Angeles, and all other provisions of law. The CONTRACTOR shall meet all the requirements of the legislation and regulations, including any subsequent changes. All power sweeping equipment (including Strand sweeper) must use alternative fuel in accordance with South Coast Air Quality Management District Rule No. 1186.1.

9

II - INSTRUCTIONS TO FIRMS SUBMITTING PROPOSALS The undersigned, as proposer, declares that: (1) this proposal is made without collusion with any other person, firm or corporation, and that the only persons or parties interested as principals are those named herein; (2) proposer has carefully examined the specifications, instructions to proposers, proposal, notice to Contractors and all other information furnished therefore and the sites of the proposed work; and (3) proposer has investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished. Furthermore, proposer agrees that submission of this proposal shall be conclusive evidence that such examination and investigation have been made and agrees, in the event this agreement is awarded to proposer, to enter into a agreement with the City Council of the City of Lomita to perform said proposed work in accordance with the terms of the specifications, in the time and manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment, apparatus and other means necessary to do said work, except such thereof as may otherwise be furnished or provided under the terms of said specifications, for the following stated prices as submitted and attached hereto. SCHEDULE

RFP Available: Friday, July 21, 2017

Last day to submit questions: Monday, August 7, 2017

Proposals Due: Monday, August 14, 2017

Interviews (if needed) Tuesday, August 22, 2017

City Council Award: Tuesday, September 5, 2017

Services Start Date (Tentative) Sunday, October 1, 2017 PROPOSAL CONTENT The proposal documents included in this RFP shall be printed on 8 ½” X 11” paper, single sided and be limited to 25 pages excluding the cover letter, resumes and any appended information. Proposals shall be completed by the company and submitted with the following information: I. Cover Letter – Provide a one-page cover letter, which includes the firm name, address, and telephone number of the person or persons to be used for contact and who will be authorized to make presentations for the firm. The cover letter must bear the signature of the person authorized to sign on behalf of the bidder and to bind the applicant in a contract. II. Table of Contents - A comprehensive table of contents of the material, including page numbers, should be included in the beginning of the proposal. III. Work Statement and Quality Control Plan - The proposal will provide a statement of the proposer's understanding of the work to be done, a description of the

10

methods and techniques to be used by the proposer to achieve the objectives of the contract, and a positive statement of commitment to perform the scope of work described. IV. Staff Qualifications - This sect ion should show that the organization is adequately staffed and trained to perform the required service or should demonstrate the capability for recruiting such staff. V. Corporate Capability - This section must provide a summary of relevant background information to ensure that the prospective Contractor has the capacity to perform the required services. The firm submitting the proposal must have sufficient experience as a corporation or other entity. VI. References - This section should provide a list of all current accounts by name and address, contact person, telephone number, and length of service. VII. Acceptance of Conditions - This section will be a statement offering the proposer's acceptance of all conditions listed in the "Request for Proposals" document. Any exception on the CONTRACTOR's behalf must be stated in the proposal. VIII. Additional Data - This section may contain material not specifically requested for the evaluation, but which the proposer wishes to submit. This may include sales brochures, pictures, general narrative or additional services the CONTRACTOR may wish to provide.

IX. Forms – Complete forms A, B, D, E, F and G and include them with the above information in your proposal. Form A – PROPOSAL DECLARATION Form B - BIDDER INFORMATION (NOTARIZED) Form D - DESIGNATION OF SUBCONTRACTORS Form E – REFERENCES Form F – NON-COLLUSION AFFIDAVIT Form G - COMPENSATION INSURANCE CERTIFICATE Form H - CONTRACTOR’S INDUSTRIAL SAFETY RECORD X. Addenda – The CITY may, by means of clarification of any portion of this document, or in answer to questions submitted by proposers, issue Addenda, that become a full part of the contract documents, and must be signed and submitted with the proposal. XI. Contractor’s Costs – This section of the proposal will outline all costs for services specified for each year of the three year contract. *Note: Contractor’s costs should be provided under separate cover.

Include the following forms as part of the Contractor’s Costs.

11

Form C – COST PROPOSAL FORM AND CONTRACTOR’S HOURLY COST Only an original of the CONTRACTOR’s Costs forms is required.

Failure to submit a comprehensive proposal that includes all of the above elements, or the required forms not fully completed, may disqualify a company

from further consideration. PROPOSAL EVALUATION Proposals will be evaluated based on the following criteria:

- RFP Responsiveness - Project Understanding - Qualifications - Experience - References - Fee Proposal

NEGOTIATIONS In an effort to manage the resources available for this project, the City may find it necessary to negotiate certain tasks, including contingencies for additional scope of work items or other factors identified by the Proposer that were not contemplated in the RFP or the City’s standard agreement

12

III - PROPOSAL FORMS

Form A - PROPOSAL FOR STREET SWEEPING SERVICES FOR FISCAL YEARS 2018, 2019 AND 2020

In accordance with the City of Lomita's Request for Proposals, the undersigned proposer hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for contract documents therefore, and to perform all work in the manner and time prescribed therein. Proposer declares that this proposal is based upon careful examination of the work site, Specifications, Instructions to Firms Submitting Proposals, and all other contract documents. If this proposal is accepted for award, proposer agrees to enter into a contract with the City of Lomita at the unit and/or lump sum prices set forth in the following Cost Proposal Schedule. Date __________________________________________________ ________________

Name

Authorizing Signature

Title

Company

13

FORM B – BIDDER INFORMATION

Proposer certifies that the following information is true and correct: Proposer's Name:

Form of Legal Entity: (i.e., individual, partnership, corporation, etc.)

If a Corporation, State of Incorporation: (i.e., Calif.)

Business Address:

Telephone:

State of California Contractor’s License number and expiration date:

The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures and/or corporate officers having a principal interest in this proposal:

The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows:

All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows:

14

IN WITNESS WHEREOF, PROPOSER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this ____________ day of 2017.

PROPOSER

Subscribed and sworn to this day of , 2017. NOTARY PUBLIC _

FORM C- COST PROPOSAL FORM (SEPARATE COVER)

To the Lomita City Council, herein called the "Council"; Pursuant to and in compliance with your Request for Proposals and the other documents relating thereto, the undersigned proposer, having familiarized himself with the work as per the paragraph, "Discrepancies and Misunderstandings," contained in the "GENERAL REQUIREMENTS" section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform, the contract and complete in a workmanlike manner all of the work required in connection with professional landscape maintenance in the City of Lomita, all in strict conformity with the specifications and other contract documents on file at the office of the City Clerk of said City:

Item No. Description of Service Unit Price Quantity Annual Cost

1. Sweep residential streets once per week

$ /mo 12 $ /yr

2. Sweep non-residential streets once per week

$ /mo 12 $ /yr

3. Sweep city parking lots once

per week. $ /mo 12 $ /yr

Base Annual Cost: $ /yr

Total Base Annual Cost in writing:

__________________________________________________________________ Additive Alternate Cost

AA1.

Sweep street adjacent to certain

catch basins once additionally

per week on separate day (25

locations per Attachments

B and C)

$ /mo 12 $ /yr

16

CONTRACTOR’S HOURLY COST HOURLY COSTS – This section must be filled in completely Hourly Costs for labor and equipment are provided below:

LABOR

CLASSIFICATION/TITLE HOURLY COST MARKUP TOTAL

Laborer

Crew Leader

Supervisor

Equipment Operator

Others (please list)

EQUIPMENT

EQUIPMENT

TYPE:

HOURLY COST MARKUP TOTAL

Contractor: ______________________________________________________________ Contractor’s State License No. _____________________ Class: ___________________ Address: _______________________________________________________________

City Zip Code Telephone

Proposer’s Signature: ______________________________________ Date_________

FORM D - DESIGNATION OF SUBCONTRACTORS Proposer proposes to subcontract certain portions of the work, which are in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows: NAME, ADDRESS AND PHONE NUMBER OF SUBCONTRACTORS, PORTION OF WORK SUPPLIERS AND VENDORS MATERIALS, OR EQUIPMENT

13

FORM E - REFERENCES The following are the names, addresses, and telephone numbers for similar work performed within the past two years. 1. Name and address of owner

Name and telephone number of person familiar with project

Contract amount Type of work Date Completed 2. Name and address of owner

Name and telephone number of person familiar with project

Contract amount Type of work Date Completed 3. Name and address of owner

Name and telephone number of person familiar with project

Contract amount Type of work Date Completed

14

FORM F - NON-COLLUSION AFFIDAVIT AFFIDAVIT The undersigned in submitting a proposal for performing the following work by

agreement, being duly sworn, deposes and says: That he/she has not, either directly or indirectly, entered into any agreement,

participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with such agreement.

Project Name: STREET SWEEPING SERVICES FOR FISCAL YEARS 2018, 2019 AND 2020

Signature of Proposer

Business Address Subscribed and sworn to before me this day of 2017.

Notary Public in and for the County of Los Angeles, State of California

My Commission expires 20 .

15

FORM G - COMPENSATION INSURANCE CERTIFICATE

I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this agreement.

_____________________________________ COMPANY SIGNATURE _____________________________________ TITLE

DATE

16

FORM H - CONTRACTOR’S INDUSTRIAL SAFETY RECORD

SAFETY RECORD

To be submitted with each proposal to agreement for:

Project Identification ______________________________________________ Proposal Date ___________________________________________________ The information must include all work undertaken in the State of California by the

proposer, partnership, joint venture or corporation that any principal of the proposer participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of proposal submittal. Separate information shall be submitted for each particular partnership, joint venture, corporate or individual proposer. The proposer may attach any additional information or explanation of data, which he/she would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities.

NAME OF CONTRACTOR:

______________________________________________

Record last Five (5) Full Years

YEAR OF RECORD 2012 2013 2014 2015 2016

1. No. of Contracts

2. Total dollar amount of contracts (in thousands of dollars)

3.* No. of Fatalities

4.* No. of lost workday cases

5.* No. of lost workday cases involving permanent transfer to another job or termination of employment

6.* No. of lost workdays

*The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary of Occupational Injuries and Illnesses, OSHA No. 102.

17

IV - GENERAL PROVISIONS

DEFINITIONS OF TERMS

Change Order - Any modification of the Agreement made after the Formal Agreement is executed. City - The City Council of Lomita or its designated representative. CONTRACTOR - A person or organization identified as such in the Agreement and is referred to throughout the Agreement Document. The term CONTRACTOR means the CONTRACTOR or his/her authorized representative. Daily - Refers to normal hours of work from Monday through Sunday with the exception of holidays. Days - When used to designate a period of time, days shall be in reference to calendar days, unless otherwise specified. Director of Public Works - That person designated by City Council as Director of Public Works or his/her designated representative. Specifications - The written directions, provisions and requirements pertaining to the work and to the quantities and qualities of labor, equipment and materials furnished under this agreement. Subcontractor - An individual, firm or corporation supplying labor or labor and materials for work under this agreement and whose contractual relationship is with the CONTRACTOR and not the City. Supplemental Agreements - Written agreements covering exhibits, schedules, drawings, instructions, alterations, amendments or extensions of the Agreement. Refuse - Shall mean all types of debris including dirt, rock, paper, and leaves. Business District - Shall be deemed to mean that territory described as commercial, industrial or manufacturing districts in the zoning may be territory of the City of Lomita; and also all that territory abutting upon any public highway or street within said City, when fifty percent (50%) or more of the frontage thereon for a distance of three hundred (300) feet or more is now, or may hereafter be, occupied by buildings in use for business purposes. Residence District - Shall include all that portion of said City not included within the business district as herein detained, including also such residences or dwelling structures as may exist in such district or any other area of the City of Lomita. Shall - Shall be mandatory.

18

May - Shall be permissive. Working Day - Shall mean days City Offices are open for business. Sign Route - Shall mean any street or alley posted with signs specifying a particular day for street sweeping. Street - Shall mean any dedicated street in the City of Lomita. Alley - Shall mean any dedicated alley in the City of Lomita. Parking Lot - Shall mean any City-owned parking lot. Median Island - Shall mean the raised portion of the street between opposing lanes of traffic. Regular Sweeping - Shall mean sweeping of streets, alleys, parking lots, medians and other areas at pre-arranged scheduled intervals. Walkway - Shall mean any City-owned walkway.

19

AWARD AND EXECUTION OF AGREEMENT

AGREEMENT DOCUMENT

Documents, which shall be signed and provided to the City by the Contractor, are:

A. Agreement (See Attachment A) B. Certificate of Insurance - Commercial General Liability C. Certificate of Insurance - Business Auto Liability (Code 1) D. Certificate of Insurance - Worker's Compensation INTENT, INTERPRETATION AND PRECEDENCE OF AGREEMENT DOCUMENTS

The Agreement is intended to describe and provide for complete work. Each agreement document is intended to be cooperative and a requirement included in one is as binding as though included in all.

On questions relating to the acceptability of material, machinery, equipment, classification of materials or work, the proper execution of progress, the sequence of work, quantities, interpretation of the specifications or drawings; the decision of the Director of Public Works shall be final, binding and shall be a condition precedent to any payment under the agreement, unless otherwise ordered by the City.

In the event of a conflict between one agreement document and any of the other agreement documents, the document highest in precedence shall control and supersede the document, which is contrary to it. The order of precedence of the agreement documents is as follows:

First: Supplemental Agreements the last being the first in precedence

Second: Agreement

Third: Specifications

Fourth: Plans, Schedules or Exhibits

Fifth: Contractor’s Proposal INSURANCE The CONTRACTOR shall purchase and maintain insurance as set forth below and shall not commence work under this agreement until he/she has obtained all insurance required under this heading. CONTRACTOR shall pay, at his/her own expense, all premiums upon said policies and shall maintain the same in full force and effect during the life of the agreement. The procuring of such policies of insurance shall not be construed as a limitation of CONTRACTOR's liability or as a full performance on CONTRACTOR's part of the indemnification provisions of the agreement. CONTRACTOR's liability shall be not withstanding such policies of insurance, for the full and total amount of any damage, injury or loss caused by or related to CONTRACTOR’s operations under the agreement. Said insurance coverage obtained by the CONTRACTOR excepting Worker's Compensation Insurance, shall name the City as an additional insured. Neither the City, agent of nor appointee of the City shall be personally responsible for any liability arising under the agreement.

20

A. Commercial General Liability Insurance

Concurrently with the execution of any agreement incorporating these specifications, CONTRACTOR shall procure a policy of Public Liability Insurance from a company authorized to do business in the State of California, which policy shall insure the City, its officers, agents or employees against any and all liability for death, injury, loss or damage arising out of or in any manner related to CONTRACTOR’s operations under any agreement that may be let pursuant to these specifications. Such policy of insurance shall be in the amount of not less than Five Million Dollars ($5,000,000) for any one claim. Said insurance coverage shall provide that CONTRACTOR and his/her insurers are primarily responsible for any claim which arises from CONTRACTOR's performance of this agreement and that neither City nor any of its insurers shall be required to contribute to any such claim.

B. Business Auto Liability Insurance

The CONTRACTOR shall carry and maintain insurance coverage for property damage resulting from the CONTRACTOR's operations, in the sum of not less than One Million Dollars ($1,000,000) resulting from any one occurrence, which may arise from the operation of the CONTRACTOR in the performance of the work that is provided herein. Said insurance coverage shall provide that CONTRACTOR and his/her insurers are primarily responsible for any claim which arises from CONTRACTOR's performance of this agreement and that neither City nor any of its insurers shall be required to contribute to any such claim.

C. Worker's Compensation Insurance

The CONTRACTOR shall provide such compensation insurance as required by the Labor Code of the State of California. The CONTRACTOR at all times shall keep fully insured at his/her own expense, all persons employed by him in connection with the agreement as required by the "Worker's Compensation Insurance and Safety Act" of the State of California. The CONTRACTOR shall during the life of the agreement, keep on file with the City Clerk evidence that the CONTRACTOR if fully and properly insured as required by said Act, which evidence shall be approved by the Lomita City Attorney as to form and sufficiency.

D. Location of Policies

CONTRACTOR shall concurrently with the execution of the agreement, deliver said policy of insurance, or a certified Photostat copy thereof, to the City Attorney for approval as to form and sufficiency, and the agreement shall not be effective, for any purpose, until such insurance policy is so delivered and so approved. When such policy has been approved, it shall be filed in the office of the City Clerk of the City.

E. Insurance Certificate

In lieu of filing said insurance policy with the City, the same will be returned to CONTRACTOR after approval as to sufficiency and as to form as above provided, if the CONTRACTOR shall file with the City a CONTRACTOR's Insurance Certificate, executed by the insurance carrier, certifying that the aforesaid insurance is in full force and effect and that all operations of the insured under the agreement entered

21

into pursuant to these specifications are covered thereby, and that the policy will not be canceled without giving the City thirty (30) days prior written notice.

F. Non-Liability of City Officials No member of the City Council or Director of Public Works, or any other official or authorized assistant, employee, or agent of the City shall be personally responsible for any damage resulting from the performance liability arising under the agreement, or nonperformance negligently or intentionally of any portion of the services contracted. G. Defaults The breach of any of the terms and conditions of the agreement on the part of the CONTRACTOR shall be grounds for the forfeiture of the agreement at the option of the City. The City upon such termination shall be at liberty to re-let the work to other parties or to perform said work without agreement. (1) If for any reason whatsoever street sweeping and disposal services of the CONTRACTOR are interrupted and scheduled street sweeping services are discontinued for more than forty-eight (48) hours, the City shall have the right to discontinue payment until such services are resumed. (2) No work shall be done by the CONTRACTOR during any period when he/she is not covered by insurance as required in paragraphs (A) and (B) above. In such event, at the option of the City, the City may declare forfeiture as provided herein. (3) All terms and conditions of the agreement are considered material and in the event the CONTRACTOR defaults in the performance of any of the covenants or agreements to be kept, done, or performed by it under the terms of said agreement, the City may give said CONTRACTOR ten (10) days thereafter to make good or perform the default, then the City without further notice and without suit or other proceeding, may cancel and annul the rights and privileges granted in said agreement. The Director of Finance may withhold payment to the CONTRACTOR in the event of default until such time as service in accordance with these specifications is resumed. (4) In the event of termination of the agreement for breach or default by the CONTRACTOR as hereinabove specified, the City shall have the right forthwith to take possession of all sweepers and other equipment of the CONTRACTOR for the purpose of sweeping streets and disposing of the refuse which the CONTRACTOR agreed to do. The City shall have the right to retain possession of said sweepers and equipment until other suitable sweepers and equipment can be purchased or otherwise acquired by the City for said purpose and shall pay the CONTRACTOR the reasonable rental value of such sweepers and equipment during the time the same are used by the City for said purpose. (5) Failure to comply with the terms of these specifications relative to the sweeping of streets and alleys on the part of the CONTRACTOR by reason of major disaster, epidemic, or other extreme emergency within the City or by reason of the enforcement of Federal, State, or local laws not now in effect and inconsistent or in

22

conflict with the purpose and terms of this agreement, within the City, shall not constitute a breach of the agreement. H. Lawsuits The CONTRACTOR shall pay any judgment which may be obtained against the City, either alone or jointly with the CONTRACTOR, for injury or damage to persons or property by reason of the performance or non-performance of the terms of the agreement or in connection with the infringement of any patents provided that if the City alone be sued for such injury or damage immediate notice in writing shall be given to the CONTRACTOR and he/she shall appear and defend such action and shall be liable for all costs of such litigation incurred by the City. I. Delivery of Notice Whenever under the terms hereof, a written notice is required, it shall be sufficient to deliver personally, or mail such notice addressed to the City to: The City Manager, with a copy to the Director of Public Works at his/her office in the City Hall, City of Lomita California, those addressed to the CONTRACTOR to him at his/her local office as designated in writing by the CONTRACTOR. J. Time is of the Essence Time is of the essence as to all provisions of these specifications and in any agreement based in whole or in part upon them. K. Transfer of Stock or Interest Any sale, gift, or transfer of stock or change of partners or assignment of any interest on the part of the proposer during the term of the agreement is subject to the approval of the City Council of said action. Violation of this requirement is a breach of the agreement. L. Bankruptcy If the CONTRACTOR shall at any time during the terms of this agreement become insolvent, or if proceedings in bankruptcy shall be instituted by or against the CONTRACTOR, or if the CONTRACTOR shall be adjudged bankrupt or insolvent by any court, or if a receiver or trustee in bankruptcy or a receiver of any property of the CONTRACTOR shall be appointed in any suit or proceeding brought by or against the CONTRACTOR, or if creditors, then and in each and every such case, this shall immediately cease, determine, and be forfeited and canceled without notice and without suit or other proceeding. M. Cancellation of Agreement The City Council reserves the right to cancel this agreement at any time during its term, and shall notify the CONTRACTOR, in writing, 30 days prior to cancellation.

FINAL DECISION The CONTRACTOR shall at all times comply immediately with any and all demands made by the Director of Public Works. In the event of controversy between the Director of Public

23

Works and the CONTRACTOR, the CONTRACTOR agrees to abide by the decision of the City Manager whose decision shall be final as to all matters in dispute. CONTROL OF WORK Within the scope of the agreement, the Director of Public Works has the authority to enforce compliance with the schedule and specifications. The CONTRACTOR shall promptly comply with instructions from the Director of Public Works. On all questions relating to quantities, the acceptability of material, equipment, or work, the execution, progress or sequence of work and the interpretation of specifications, the decision of the Public Works Department is final, binding and shall be precedent to any payment under the agreement, unless otherwise ordered by the City Council. All work and materials are subject to inspection and approval of the Public Works Department. The CONTRACTOR shall provide every reasonable facility for ascertaining that the workmanship is in accordance with these specifications. Inspection of the work shall not relieve the CONTRACTOR of the obligation to fulfill all conditions of the agreement. PERSONNEL No employee of the CONTRACTOR shall continue to be so employed on any work under these specifications that is found to be intemperate and troublesome, disorderly, inefficient, or otherwise objectionable as determined by the Director of Public Works. Employees operating vehicles shall possess a valid California Drivers License and be eighteen (18) years of age or older. PERMITS AND LICENSES The CONTRACTOR shall obtain all permits and licenses required by the City (including City Business License), County and State.

24

LEGAL REQUIREMENTS AND RESPONSIBILITIES

LAWS TO BE OBSERVED

The CONTRACTOR shall keep himself fully informed of all existing and future State and/or Federal laws, all municipal ordinances and/or regulations of the City and of all such orders and/or decrees of bodies or tribunals having jurisdiction or authority over the work. CONTRACTOR shall comply with all such laws, ordinances and orders, which in any manner affect those, engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work.

SAFETY AND ACCIDENT PREVENTION

In accordance with generally accepted safety practice, the CONTRACTOR will be solely and completely responsible for conditions of the job site, including safety of all persons and property during the performance of the work. This requirement will apply continuously and not be limited to normal working hours.

HOURS OF LABOR

Eight hours constitutes a legal day’s work. The CONTRACTOR shall forfeit, as a penalty to the City, twenty-five dollars ($25.00) for each worker employed in the execution of the agreement by the CONTRACTOR or any subcontractor under him/her for each calendar day during which such worker is required or permitted to work more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of the Labor Code and in particular Sections 1810 and 1815 thereof, inclusive. Except, work performed by employees of CONTRACTOR in excess of eight hours per day and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay, as provided in Section 1815 of the Labor Code.

LABOR DISCRIMINATION

No discrimination shall be made in the employment of persons under this agreement because of the race, religious creed, color, ancestry or national origin, physical handicap, medical condition, marital status, or sex of such person.

PERMITS AND LICENSES

The CONTRACTOR shall procure all required permits and licenses, (i.e., City Business License and pay all charges or fees). The CONTRACTOR is required to possess all valid licenses as required.

PUBLIC CONVENIENCE AND SAFETY

The CONTRACTOR shall provide all notices necessary or incidental to the due and lawful prosecution of the work. The CONTRACTOR shall also conduct his/her operations as to cause the least possible obstruction and inconvenience to vehicle and pedestrian traffic at the highest level of safety.

25

PATENTS

The CONTRACTOR shall assume all responsibilities arising from the use of patented material, equipment, devices, or processes used on or incorporated in the work.

RESPONSIBILITY FOR DAMAGE

The City, its officers, employees, agents, the City Council and the Director of Public Works shall not be responsible or accountable in any manner for any loss or damage that may happen due to the work or any part of the work thereof. This loss or damage includes any material or equipment used in performing the work, any injury to a person or persons (either workmen or the public) and any damage to adjoining or other property from whatever cause.

The CONTRACTOR shall defend, indemnify and save harmless the City, its officers, employees, agents, the City Council, and the Director of Public Works from any suits, claims, or actions brought by any person or persons for or on account of any injuries or damages sustained or arising in the performance of the work or in consequence thereof. The City may retain such money due the CONTRACTOR, as it shall consider necessary until disposition has been made of such suit or claim for damages as aforesaid.

RECOVERY OF ATTORNEY'S FEES

Should action be instituted to enforce any of the terms and provisions of the agreement, the prevailing party in such action shall be entitled to recover such reasonable attorney fees as may be affixed by the Court.

26

PROSECUTION AND PROGRESS OF THE WORK

SUBLETTING AND ASSIGNMENT

The CONTRACTOR shall give his/her personal attention to the fulfillment of the agreement and shall keep the work under his/her control. The CONTRACTOR shall not assign or otherwise dispose of this agreement or its right; title or interest therein to any person without prior written consent by the City. Subcontractors will not be recognized as such without prior written consent of the City. All persons engaged in the work will be considered as employees of the CONTRACTOR without this written consent and their work will be subject to the provisions of this agreement and its specifications.

TERMS OF AGREEMENT

This agreement is anticipated to begin on October 1, 2017. This agreement shall automatically be extended at the end of this agreement on a month-by-month basis on the same terms and conditions until the canceling party gives the other party thirty (30) days advanced written notice of its desire to terminate the Agreement. In any event, this Agreement will expire on June 30, 2020 at midnight. The agreement may be renegotiated at that time for up to two (2) additional years. That renegotiated agreement will be based upon the satisfactory evaluation of the CONTRACTOR’s performance and the agreement of both parties.

PROGRESS OF THE WORK AND TIME FOR COMPLETION

The CONTRACTOR shall begin work no later that the date set within the notice to proceed and shall diligently prosecute the agreement from said date to the expiration of the agreement.

SUSPENSION OF AGREEMENT If at any time in the opinion of the City, the CONTRACTOR has failed to supply adequate working force, or equipment of proper quality, or has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terms of the agreement, notice thereof in writing will be served upon him/her. Should he/she neglect or refuse to provide means for a satisfactory compliance with the agreement, as directed by the Director of Public Works, within the time specified in such notice, the City Council in such case shall have the power to terminate the agreement. CITY OBSERVED HOLIDAYS /WORK RESPONSIBILITIES

Working days are defined as any day that the City offices are open for business. City offices are closed on:

New Year's Day

Martin Luther King Day

President’s Day

Memorial Day

Independence Day (July 4th)

27

Labor Day

Veteran's Day

Thanksgiving Day and the Friday after Thanksgiving

Christmas Day

The City of Lomita reserves the right during the life of the contract to change the scope of services by adding or reducing work items and increasing or reducing quantities or frequencies based on the prices set forth for each item of work in this proposal.

28

METHOD OF PAYMENT

PAYMENT

Based on written evidence submitted by the CONTRACTOR or on other satisfactory evidence to the City, the Director of Public Works shall recommend to the City Council monthly payment for services rendered. The amount of the monthly payment will be based on the amounts shown within the proposal to the City Council. No payment will be made until the CONTRACTOR has submitted a monthly statement requesting payment and submitted other reports as required.

SUSPENSION OF PAYMENT

If after written notice to the CONTRACTOR of any deficiencies in his/her work, or of failure to comply with the agreement provisions, or failure to comply with the schedule, the Director of Public Works shall recommend that all or a portion of payments due or to become due under the agreement shall be suspended until the CONTRACTOR corrects any such deficiency. The City may suspend said payment until such deficiencies are corrected.

RETENTION

No retention shall be withheld. Payment or partial payment shall be withheld when there is an error or discrepancy in the invoice until said error or discrepancy is corrected.

PAYROLL RECORDS

Payroll records are not normally required to be submitted. The CONTRACTOR shall provide payroll records only if required.

FORMAT OF INVOICE The monthly statement (invoice) submitted by the CONTRACTOR shall include the following minimum information: A. City Purchase Order Number and Issue Date B. The CONTRACTOR's Mailing Address C. The Monthly Cost D. CONTRACTOR shall submit the original and one duplicate invoice

TIME SHEETS

CONTRACTOR shall keep records of time that his/her personnel spend on the agreement. When requested, the CONTRACTOR shall furnish the City those records of man-hours by task and location. This request for additional information should only occur on an infrequent basis. An example is when there is an opportunity for State or Federal reimbursement to the City as a result of storm damage or some other type of emergency.

29

V - SPECIAL PROVISIONS

SCOPE OF WORK

GENERAL The CONTRACTOR shall provide at his/her own risk and cost all labor, materials, tools, equipment, transportation, hauling, dumping and other items needed to do the work as described herein. SCOPE OF WORK The CONTRACTOR shall perform all work necessary to complete the agreement in a manner satisfactory to the Public Works Director or his/her designee. The work to be done under these specifications shall include the furnishing of all labor, material, equipment, tools, and any other incidental expense necessary to perform the following services for the City of Lomita:

A. This agreement shall be in effect until June 30, 2020 with the ability to extend the agreement an additional two (2) years with approval from the City. B. CONTRACTOR to be responsible for sufficient water for the street sweeping equipment necessary to comply with these specifications. CONTRACTOR is to contact California Water Service Company and obtain a water meter. The CONTRACTOR shall endeavor to not waste water and shall conserve wherever and whenever possible in his/her operations. C. The discharge of non-stormwater into storm drain inlets, catch basins, or into the curb-and-gutter leading to the storm drain system is strictly prohibited by Title 5, Chapter 8 of the Lomita Municipal Code, Stormwater and Runoff Pollution Control Regulations, and under the Federal Clean Water Act. D. Daily Statement CONTRACTOR shall submit a daily statement reporting total loads of debris and refuse hauled to dumpsite. CONTRACTOR shall also submit a daily statement reporting sweeper miles. E. Project Location The public city streets and alleyways of the City of Lomita in addition to specified parking lots as called out in these Special Provisions and as generally shown in Attachments B and C to this Request for Proposals. F. Project Description Mechanical (and manual when necessary) sweeping of all residential and non­ residential streets, parking lots, and State Highways.

30

For the purposes of this agreement, sweeping routes have been separated by day and time into posted and non-posted areas as shown in Attachments B and C. Streets, alleyways, and State Highways: Note: Ultimately, all streets and alleyways in the City- with or without curb and gutter - must be swept under the terms of this agreement in addition to the specified parking lots. Each section or portion of street that is posted with "street sweeping signs" that temporarily prohibit vehicular parking during the posted times, shall be swept during the posted times. Each section or portion of street that is not posted, either with or without curb and gutter, shall also be swept. Every attempt shall be made to sweep curbside of each street unless prohibited by vehicles or other obstructions that render the provision of service impossible or hazardous in each specific circumstance. As non-posted streets become posted, the cost for including assurance for sweeping each curb line and gutter or each curbside shall already be included in the unit price for this proposal. Therefore, the event of adding posted streets individually or en masse shall not constitute an increase in the scheduled and required service provision or compensation thereof under the terms of this contract, and shall not be considered, classified or categorized as extra non-emergency work. Any special attention areas may be added to the list at a later date or covered under an hourly non-emergency basis. Parking lots: City Hall/County Building and Safety and Hazardous Materials/County Library parking lot located southeast of the intersection of Narbonne Avenue and 242nd St. The City-owned Park and Ride lot located at the Northeast corner of Narbonne Avenue and 245th St. (not currently posted with designated time frames for street sweeping). The series of "angled parking stall- parking lots", in addition to and including the accessible locations of their collective contiguous drainage channel. Both the angled parking stall-parking lots and the drainage channel are located along the west side of Narbonne Avenue (not currently posted with designated time frames for street sweeping), spanning from approximately the northern border of the City to the intersection of Narbonne Avenue and Lomita Boulevard. G. Schedule and Specifics City of Lomita streets, alleyways, specified parking lots and State highways shall be swept once each week in accordance with the schedule shown on Attachments B and C. As posted streets or parking lots are added, the designated street sweeping timeframes are coordinated with the intent of maintaining the existing schedule.

31

Contractor shall sweep in the vicinity of schools at times which do not conflict with parking, pickup and drop off times. Sweeping shall include all curbs (both parkway and median), AC berms and swales and edges of roadways. Contractor shall report to the Director of Public Works any encroachment of vegetation which impairs one's ability to sweep. The City of Lomita does possess significant topographical elevation changes that will create additional surface runoff during the rainy season. Services should include and designate the ability to provide equipment capable of cleaning with a brush, when the City requests the service, under conditions that produce mud or excessive rain-related debris carried onto the streets. In particular, this scenario has historically occurred on the streets immediately south of Pacific Coast Highway, such as Hillworth Avenue, Saddle View Road, Pennsylvania Avenue, Viana Avenue, Cypress Street, Lucille Avenue and Narbonne Avenue. It is also the intent of the street sweeping services agreement to accommodate the collection of leaves in designated areas where the City has yet to successfully post the streets for street sweeping. Certain areas remain in the City that are not thusly posted, and therefore do tend to collect more leaves and other debris, that the City wishes to have cleaned within a reasonable measure of time. Specifically, just south of Pacific Coast Highway, on the eastern side of the City, along streets such as Cayuga Avenue, 262nd, 261st and 260th Streets. In addition, the City is designating storm drains, according to the National Pollution Discharge Elimination Systems (NPDES) permit, and does have a ranking of storm drains according to the need to clean each drain. The City intends the Contractor to be able to adequately clean the streets that directly feed the storm drains, in particular, and it is these streets that would likely be the prime candidates to receive extra non-emergency work in times when additional debris collects. In order to provide sufficient coverage for street sweeping pertaining to the above mentioned NPDES ranked storm drain system, sweeping will be requested and compensated in accordance with Sections below, dependent upon the nature of the City's request. H. Extra Sweeping - Emergency There shall be a maximum two-hour response time for emergency sweeping. Emergency sweeping shall be paid at the hourly rate shown on the proposal sheet and measured by time spent in the City performing the emergency work. I. Extra Sweeping - Non - Emergency Non-emergency sweeping shall take place no later than the same or next business day after requested by the City. Non-emergency sweeping shall be paid

32

at the hourly rate shown on the proposal and measured by time spent in the City performing non-emergency work. J. Schedule Variations Whenever the schedule of work is not followed, for any reason, the

Contractor shall notify the City.

In the event that the scheduled sweeping day for an area falls on a City

holiday, sweeping shall be scheduled and take place either the day previous to

the holiday, the day immediately after the holiday or on the same day one week

after the holiday, depending upon request from the City.

In the event weather cancels any sweeping, the work shall be made up at an

agreed upon time and day.

In cases of equipment failure or operator failure which precludes the

sweeping of scheduled streets during their posted time frames, the Contractor

shall make every reasonable effort to provide services during the schedule time

frames. Should the equipment or operator failure be of such a duration that the

regularly scheduled street sweeping of a posted street is not able to be swept

during the designated time frames, the Contractor shall sweep those

neglected (not swept during the designated time frames) streets during the

first available opportunity on the same day, without impacting the existing,

established schedule or causing additional neglect to streets requiring sweeping

on the designated day within the designated time frames.

In the event that equipment or operator failure results in designated and posted

streets being neglected and at no time during the same business day are

those neglected streets swept - irrespective of whether the designated time

frames are met - the Contractor shall be responsible for recording and

reporting the neglected curb miles and credit the City on the applicable month's

billing for services not rendered.

Failure of the Contractor to account for and report on the applicable monthly

billing statement, of neglected streets not swept during regularly scheduled

time frames due to the Contractor's failure to provide services, may be

construed as a material breach of contract. If contractor neglects sweeping on

designated street, he shall sweep the street at his sole cost, at the City's

request or discretion.

K. Sweeping Descriptions General street sweeping shall include picking up silt, mud, sand, dirt, paper, leaves, grass, miscellaneous debris and standing water in swales. Parking lots shall be swept for full area coverage of area on the parking lot side of bumpers. Parking lots that are not equipped with tire stops (bumpers) shall have the

33

curb and gutter swept by whatever means necessary in order to provide appropriate and requested service, irrespective of the type of approved equipment utilized by the Contractor. In particular, gutters and drainage channels shall not be allowed to accumulate debris to the extent that water is obstructed and impeded from reaching intended drainage inlets. Sweeping outside of normal paths is anticipated to be isolated and minimal. However, small amounts of dropped material may be observed and the Contractor shall pick up material, as an additional pass or two, at no additional cost. Depending upon conditions, the Contractor shall operate the sweeper between four (4) miles and six (6) miles per hour when sweeping. The Contractor shall supply sufficient water for the street sweeping equipment necessary to comply with the Agreement and to assure that the curb and gutter are left in a clean condition and the amount of dust during the sweeping is kept to a minimum. The Contractor shall make its own arrangements with the City of Lomita to use fire hydrants to obtain the water necessary for street sweeping operation. No work will be permitted on State Highways between the hours of 7:00 - 8:30 A.M. and 4:00 - 6:00 P.M., except for emergency call out services.

LEVEL OF CLEANING The CONTRACTOR must employ sufficient personnel to perform all work as scheduled and approved by the City. All work shall be performed in accordance with this agreement so as to maintain a pleasing aesthetic appearance of the City. The City and the CONTRACTOR will meet weekly, or less frequently as directed by the City, at mutually agreed times. Inspection of the area included in the agreement will be made by the City and CONTRACTOR. The results of each inspection will be recorded, forwarded to the CONTRACTOR and retained for reference. REPORTS

A. Deficiency Report. The CONTRACTOR is required to correct any deficiencies found by inspection and listed in a deficiency report. Said deficiencies shall be corrected within the time specified by the City (seven (7) calendar days). If work listed in the Deficiency Report is not completed, payment covering subject deficiency shall be withheld until said deficiency is corrected. B. Weekly Request. The CONTRACTOR's representative shall contact the City on a weekly basis for notification of deficiencies requiring correction or for changes of any type.

34

C. Reports In addition to other data filed with the City by the Contractor, the Contractor shall file a monthly report with the City enumerating the following information: 1. Curb-miles swept each day. 2. Scheduled curb-miles and areas missed. 3. Scheduled curb-miles and areas swept. 4. When missed areas were swept. 5. Number of complaints received each day and how they were resolved. 6. Reasons scheduled sweeping was not done or completed as scheduled.

EXTRA MISCELLANEOUS WORK Extra miscellaneous work is that work not included under the various proposal items or the result of the CONTRACTOR’s negligence. Extra work shall include but not be limited to: street sweeping, hand sweeping and trash and litter pick-up. The City will pay for all extra work at the approved hourly rate. The CONTRACTOR shall be responsible for any losses or damage due to his negligence as determined by the Agreement Administrator. The CONTRACTOR shall obtain written approval from the Director of Public Works prior to proceeding with any extra work except for emergency clean-up. CONTRACTOR shall submit a written proposal to the City when extra work is required or requested by the City. The City reserves the right to have any extra work completed by other contractors or City forces. All work performed under this section shall not interfere with, or reduce, normal maintenance schedules or activities. Separate crews shall be utilized for extra work. WORKING TIME LIMITS Residential districts shall be swept between the hours of 6:00 am to 2:00 pm on Wednesdays, Thursdays and Fridays in accordance with the schedule provided in Attachment B. DAMAGES The CONTRACTOR shall report without delay any damage to City equipment, City property or private property. The CONTRACTOR shall be liable for damages caused by his/her actions. Any repairs and associated cost resulting from CONTRACTOR caused damage shall be the responsibility of the CONTRACTOR. DISPOSAL OF SWEEPINGS AND/OR DEBRIS

35

The CONTRACTOR shall dispose of all sweepings accumulated as a result of cleaning operations and shall not allow any sweepings to remain on the public street or other public property for more than one hour after it is accumulated.

All material picked up shall become the property of the Contractor and shall be disposed of properly.

The Contractor shall dispose of all materials at a site(s) approved by the City.

Under no circumstances will the Contractor be allowed temporary storage within the public right-of-way. Nor will the Contractor be permitted to store sweeping materials at the City Hall or Public Works Department site.

The Contractor shall report to the City monthly, the tonnage of debris collected.

Spillage resulting from hauling on or across the public roadways shall be immediately removed at CONTRACTOR's expense.

When entering or leaving roadways carrying public traffic, the CONTRACTOR's equipment, whether empty or loaded, shall in all cases yield to public traffic.

Debris is defined as bottles, cans, paper, trash, sand, litter and all foreign matter, etc. MONTHLY CLEANING SCHEDULE The CONTRACTOR is required to furnish a monthly cleaning schedule to include planned activities for all persons performing any function of the agreement. The monthly schedule shall be submitted to the City. The schedule shall show manpower, equipment and time during the day that the work is planned. The City will provide a form for the CONTRACTOR to use. SIGNS Street sweeping signs have been installed throughout the City. The CONTRACTOR shall schedule his/her work to be performed within the posted hours. SWEEPING ROUTES A street sweeping schedule and map are included in this request for proposals as Attachments B and C. The sweeping schedule shall be maintained unless a change therein is first approved in writing by the Director of Public Works and notice thereof given as hereinafter provided. FAILURE TO SWEEP Should the CONTRACTOR fail to sweep, the City will deduct from the CONTRACTOR's next monthly payment a sum of money equal to the number of hours not swept divided by the number of hours to be swept during the month times the monthly payment. OFFICE FOR INQUIRIES AND COMPLAINTS

36

The CONTRACTOR shall maintain an office at some fixed place and shall maintain telephone therein, listed in the telephone directory in his/her own name or in the file name by which he/she is commonly known, and shall at all times during the hours between 8:00 AM and 5:00 PM of each working day have a full-time employee at said office for the answering of inquiries and for receiving complaints from the Director of Public Works. The telephone number of a designated employee available between 5:00 PM and 8:00 AM for emergency calls and complaints shall be furnished the Director of Public Works. The CONTRACTOR shall maintain a written log of all complaints, the date thereof, and the action taken pursuant thereto or the reason for non-action. Such a log of complaints shall be open to the inspection of the Director of Public Works. The CONTRACTOR shall make every reasonable effort to respond to complaints on the same day they are received and shall report to the Director of Public Works within twenty-four (24) hours as to the action taken concerning each complaint. PUBLIC RELATIONS

A. CONTRACTOR is required to have radio-equipped street sweepers and a supervisor available by telephone on a 24-hour basis who is assigned to provide direction and prompt attention to requests from the City for emergency service. Response shall be within one hour after request is received. B. CONTRACTOR shall, in person or through his/her agent, investigate any complaint, which may concern, or be involved in, the performance of the agreement. CONTRACTOR shall report to the Director of Public Works, or the designee, the following working day as to the action taken with reference to the complaint and, when necessary, complete the Service Request, which will remain on file at City Hall. Complaints received before noon shall be answered the same day; complaints received after noon shall be answered the following day.

BARRIERS The CONTRACTOR shall provide all labor, materials and equipment to install barriers advising the public of hazards due to cleaning. Upon completion of the work, the CONTRACTOR shall promptly remove all signs and warning devices. When performing work under this agreement, should the CONTRACTOR appear to be neglectful or negligent in furnishing warning and protective measures, the City may direct attention to the existence of a hazard. The necessary warning and protective ensures shall be furnished and installed by the CONTRACTOR, at the CONTRACTOR’s expense. POSSIBLE AREA CLOSURE In the event any of the work area is unusable for any reason, including acts of nature or vandalism, the Director of Public Works may declare a closure of any portion of the work

37

area. The CONTRACTOR shall not be entitled to compensation for any portion of the work area closed by the Director of Public Works. PARKING LOT CLEANING Prior to sweeping, parking lots will be inspected for areas of heavy oil deposits or excessive oil buildup, and where present will be treated with absorbent material to absorb excess oil. Absorbent will be swept up and disposed in designated container for oily waste at the City yard. COORDINATION WITH OTHER CITY PROGRAMS This contract will require the Contractor to establish and maintain good working relationships with various work units in the City. The Contractor shall be responsible for cooperating and coordinating with the following City programs:

A. Garbage Collection Program: This program consists of the collection of garbage and recyclable materials in the residential areas. The frequency of collection is once a week and the days of collection are Monday, Wednesday and Thursday of each week. B. Tree Pruning Program: The City prunes street trees on a five-to-six (5-6) year cycle and also removes trees as necessary. Tree crews work daily, Mondays through Fridays. C. Road Work: City, County, and utility maintenance forces make utility repairs and additions on an as-needed basis. Coordinate with City of Lomita Department of Public Works for ongoing street and waterline projects. D. Traffic Counters: The Contractor is cautioned that at various times and locations the City will temporarily install portable traffic counters, which utilize one or more hoses, placed in the roadway. The Contractor shall work with the City on its sweeping schedule to avoid sweeping areas with counters in place. If an area with a counter must be swept, care should be taken to avoid the traffic counter equipment and appurtenances. If the Contractor's equipment causes damage to such a counter or its appurtenances, the Contractor shall bear the entire cost of restoration, repair, testing, or replacement of the traffic counter.

SPILLS MATERIAL OR EQUIPMENT SPILLS The Contractor shall make additional passes on street routes to pick up any spillage of sweeping materials, debris dropped during turns, or crossing of cross gutters prior to moving to the next area. The equipment operator shall immediately stop in the event of equipment spillage such as a spillage of diesel, motor oil or hydraulic oil. A call for assistance must be made by the operator and the area cleaned within two hours. If it is determined by the Public Works

38

Director, or his designee, that the Contractor has failed to execute a proper cleanup, any/all costs incurred by City to do so will be deducted from the following invoice to be paid to Contractor.

39

PERSONNEL AND SUPERVISION PERSONNEL REQUIREMENTS

The CONTRACTOR shall use and furnish all labor necessary for the satisfactory performance for the work set forth in this agreement. CONTRACTOR’S EMPLOYEE PERFORMANCE

The CONTRACTOR agrees to require his/her employees to present a neat appearance at all times while engaged in the performance of their duties. The employees shall also maintain good bearing and deportment toward the public. Should for any reason an employee be unsatisfactory in the opinion of the City, the CONTRACTOR, when notified in writing, shall cause that employee to be removed from the job and replaced by a satisfactory employee. CONTRACTOR’S EMPLOYEE ATTIRE

The CONTRACTOR shall require each of his/her employees to adhere to a basic standard of working attire. This standard is a clean uniform with the CONTRACTOR's company name or insignia clearly visible, proper shoes, other gear as required by State Safety Regulations and proper wearing of the clothing. Shirts shall be worn at all times, buttoned and tucked in. TYPICAL TASKS OF CONTRACTOR’S EMPLOYEES

The CONTRACTOR shall supply employees with the skills to perform various semi-skilled duties in connection with cleaning functions; cleaning rubbish and debris; operating a variety of hand and power tools; cleaning of public facilities, and operating light equipment. KNOWLEDGE & ABILITIES OF CONTRACTOR’S EMPLOYEES

Employees must have the ability to use and maintain various tools, ability to perform heavy manual labor, ability to follow oral and written instructions. SPECIAL ACTIVITY REQUIREMENTS

The CONTRACTOR if so requested by the Director of Public Works shall supply additional employees. Any additional employees will be paid at a rate equal to the wage rate and mark up as shown on the form titled "CONTRACTOR's Hourly Cost".

LEVEL OF SUPERVISION

The CONTRACTOR shall provide adequate supervision as to furnish proper surveillance of workmanship and adherence to the schedule by the employees performing the work. The field supervisor or his/her representative shall check with the Department of Public Works weekly as to (1) schedule of work, (2) complaints and (3) adequacy of performance. The CONTRACTOR shall submit such reports as the City may require insuring compliance with scheduled work. The Supervisor shall be in the City at least 20% of the time while work is in progress. The CONTRACTOR shall be penalized Two Hundred and Fifty

40

Dollars ($250) per week for failing to have a supervisor in the City at least seven hours per week. APPROVAL OF SUPERVISOR The Supervisor shall be someone other than the labor type of employee provided in this agreement. The CONTRACTOR shall provide in writing to the City (before starting work under this agreement) the name of the Field Supervisor. After approval of the Field Supervisor, the CONTRACTOR may substitute another individual provided the CONTRACTOR makes a written request to the City and said request is approved. The Supervisor should have at least five years practical experience in supervision. EMERGENCY TELEPHONE NUMBERS The CONTRACTOR shall provide the City throughout the duration of this agreement at least two (2) telephone numbers of qualified persons who can be called anytime that the CONTRACTOR's representative is not immediately available at the job site. An emergency 24-hour number shall also be provided. The emergency number shall be to contact a representative of the CONTRACTOR who can take the necessary action required to alleviate an emergency condition. INCLEMENT WEATHER The CONTRACTOR shall contact the City for the determination of non-operational conditions. During inclement weather, the CONTRACTOR shall provide staffing for citywide debris removal and clean up.

41

EQUIPMENT AND MATERIALS

EQUIPMENT Equipment and Use of Equipment. CONTRACTOR’s street sweeping equipment shall meet the following requirements:

A. CONTRACTOR shall use street sweeping equipment in conformance with the highest standard of street sweeping. Street sweeper speed and broom pattern shall be in accordance with the manufacturer's recommendations. While operating, street sweepers at work shall not exceed a maximum speed of 10 mph; sweepers when driven shall have a maximum of the posted speed limit. B. CONTRACTOR shall use such standard heavy street sweeping equipment as is necessary to clean the City streets of paper, dirt, rocks, leaves and debris. C. CONTRACTOR shall maintain all equipment. Equipment should be clean and in good mechanical condition, uniformly painted and numbered. D. CONTRACTOR shall use equipment deemed acceptable by express approval of the Public Works Director. The CONTRACTOR shall provide a minimum of one (1) relief sweeper for each sweeper planned to be used to perform the contract work. The Contractor shall have all sweepers return to the company's yard for washouts and hopper cleaning. All equipment shall be:

a. Standard full size motorized street sweeper; b. An air regenerative sweeper equal to or larger than a Tymco 600, or shall be a vacuum sweeper with equal pick up capabilities, with dual gutter brooms; c. No more than five years in age; d. Maintained in top running condition, including arriving clean for each daily schedule; e. Equipped with an electronic or mechanical tachograph capable of recording sweeping speed, start-stop, operating time, and non-operating or travel time; f. Equipped with a mechanically or magnetically attached sign on each side of

sweeper reading "This sweeper is under contract with the City of Lomita". The sweeper shall also be identifiable with the company name and phone number on each side along with office telephone number.

E. CONTRACTOR's equipment shall be subject to inspection by the Director of Public Works or Designee and upon notification in writing to the CONTRACTOR that any equipment does not comply with the standards herein, such equipment shall be removed from, service by the CONTRACTOR and not again so used until inspected and approved in writing by the Director or of Public Works or Designee. F. Sweeper must have a dual cutter broom. G. The CONTRACTOR shall submit a list of equipment he/she intends to use in the City of Lomita as part of the proposal package.

42

VEHICLES CONTRACTOR shall display the name of his/her firm on any vehicles used by the CONTRACTOR’s employees to carry supplies and equipment. The firm name shall be in letters large enough to be easily legible from a distance of fifty (50) feet along with office telephone number. All vehicles shall also have a mechanically or magnetically attached sign on each side of sweeper reading “This sweeper is under contract with the City of Lomita". EQUIPMENT MAINTENANCE All equipment used by the CONTRACTOR shall be kept in a neat and clean appearance. The equipment shall also be kept in top mechanical condition and properly adjusted, both from an operational standpoint and from a safety standpoint. SAFETY LIGHTS All vehicles shall be equipped with an operational rotating amber light when parked or used on public streets. EQUIPMENT NOISE City noise level requirements shall apply to all equipment on the project or related to the project including but not limited to trucks, or transient equipment that may or may not be owned by the CONTRACTOR. The use of loud sound signals shall be voided in favor of light warnings except those required by safety laws for the protection of the public or CONTRACTOR's personnel. AIR POLLUTION CONTRACTOR shall comply with all air pollution control rules, regulations, ordinances and statutes which apply to any work performed pursuant to the agreement and shall not discharge smoke, dust or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. All power sweeping equipment (including Strand Sweeper) must use alternative fuel in accordance with the South Coast Air Quality Management District Rule No. 1186.1. MATERIALS TO BE PROVIDED BY CONTRACTOR The CONTRACTOR at his/her own cost and expense shall furnish all necessary materials, and tools supplies of good quality and in the amounts necessary to fulfill this agreement and to accomplish an acceptable and professional level of cleaning.

43

ITEMS OF WORK AREA CLEANING The cleaning work pertaining to the City of Lomita has been organized into specific work activities and frequency schedules. POWER SWEEPING All streets and paved parking lots shall be swept according to the frequency schedule. Street sweepers shall be equipped to perform left and right hand-pick-up and shall travel in a direction "with traffic” at all times. Street sweepers shall have the capability of picking up broken glass. HAND SWEEPING Where sidewalks on walk streets are inaccessible by machinery they shall be hand swept to remove dust, dirt, sand and debris to present a clean and neat appearance at all times according to the frequency schedule. All debris must be picked up and removed. At no times are backpack blowers permitted to be used. LITTER PICK UP Litter pick up shall include the hand cleaning and removal of debris from any area where the power sweeper and hand sweeping are not effective, such as around dumpster enclosures, traffic islands or medians, tree well planters, median planters, booth areas, trash cans, beams surrounding parking lots, parking bumpers, median corners, and storm drain catch basin inlets. Litter pick up shall be performed not less than specified in the frequency schedule.

44

ATTACHMENT - A

SAMPLE SERVICE AGREEMENT

45

STREET SWEEPING SERVICES FOR FISCAL YEARS 2018, 2019 AND 2020

THIS AGREEMENT is made as of September 5, 2017 by and between the City of

Lomita, a municipal corporation ("City") and _________________, ("Contractor"). R E C I T A L S

A. City desires to utilize the services of Contractor as an independent contractor to provide Street Sweeping Services for Fiscal Years 2018, 2019 and 2020 to City as set forth in the City's Request for Proposals dated July, 2017, including all its appendices, attached hereto as Exhibit A.

B. Contractor represents that it is fully qualified to perform such Street Sweeping Services by virtue of its experience and the training, education and expertise of its principals and employees. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows:

1. Contractor's Services.

A. Scope of Services. The nature and scope of the specific services to be performed by Contractor are as described in Exhibit “B" attached hereto and incorporated herein by reference.

B. Level of Services/Time of Performance. The level of and time of the specific

services to be performed by Contractor are as set forth in Exhibit B. C. Additional or Other Services. Any proposed changes in the work to be

performed under this Agreement shall be made only by written amendment to this Agreement. Contractor is not authorized to undertake any work which would result in costs, expenses, or fees in excess of the costs contained in Exhibit B without the express written approval of the City Manager. Should the City require the Contractor to provide additional services beyond the Scope of Work described in Exhibit B, for services not specifically described therein, the rates and quantities shall be negotiated between the City and Contractor.

2. Term of Agreement. This Agreement shall take effect October 1, 2017 and shall continue until June 30, 2020, unless earlier terminated pursuant to the provisions herein. City may, in its sole discretion, elect to extend the Term of this Agreement without seeking competitive proposals for an additional two (2) years upon successful demonstration of exemplary contract performance.

3. Compensation. City agrees to compensate Contractor for each service which Contractor performs to the satisfaction of City in compliance with the schedules set forth in

46

Exhibit B. Payment will be made only after submission of proper invoices in the form specified by City.

4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Contractor's proposal, the provisions of this Agreement shall control.

A. Time is of the Essence – Contractor agrees to perform the services and deliver the work products provided for herein in strict accordance with any schedules set forth by the City.

B. License: Standard of Care – Contractor represents and agrees that all

personnel engaged by the Contractor in performing the services are and shall be fully qualified and are authorized or permitted under Federal, State, and local law to perform such services. Contractor represents and warrants to the City that it has all licenses, permits, qualifications, and approvals required to provide the services and work required to be performed by this Agreement.

1. Contractor further represents and warrants that it shall keep in effect all such

licenses, permits, and other approvals during the term of this Agreement. Contractor shall perform the services under this Agreement in a skillful and competent manner and in the manner and according to the standards observed by a competent practitioner of the work in which Contractor is engaged.

C. Subcontracting Subject to Approval – Contractor shall not subcontract any

portion of the work to other persons or contractors without express written approval from the City.

D. Administration – This Agreement will be administered by the City Manager or his

designee. The City Manager or his designee shall be considered the Project Administrator and shall have the authority to act for the City under this Agreement. The City Manager or his designee shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement.

E. Contractor’s Records – Contractor shall keep records and invoices in connection

with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of five (5) years from the date of final payment under this Agreement.

47

5. Addresses.

City: City of Lomita 24300 Narbonne Avenue Lomita, CA 90717

Contractor:

6. Status as Independent Contractor.

A. Contractor is, and shall at all times remain as to City, a wholly independent

contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City.

B. Contractor agrees to pay all required taxes on amounts paid to Contractor under

this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Contractor and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Contractor, then Contractor agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto.

C. Contractor shall fully comply with the workers' compensation law regarding

Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City harmless from any failure of Contractor to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6.

D. Contractor shall, at Contractor’s sole cost and expense fully secure and comply

with all federal, state and local governmental permit or licensing requirements, including but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and California Air Resources Board. Contractor further agrees to indemnify and hold City harmless from any failure of Contractor to comply with the requirements in this Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Contractor under this Agreement for any amount or penalty levied against the City for Contractor’s failure to comply with this Section 6.

48

7. Indemnification. Contractor shall indemnify, defend with counsel approved

by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys’ fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with Contractor 's performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, regardless of City’s passive negligence, but excepting such loss or damage which is caused by the sole active negligence or willful misconduct of the City. Should City in its sole discretion find Contractor’s legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense, including without limitation reasonable attorneys’ fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) covered by this indemnity obligation. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement.

8. Insurance. Contractor shall at all times during the term of this Agreement

carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad-form comprehensive general liability insurance with minimum limits of $5,000,000.00 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts by Contractor, its officers, employees, agents, and independent contractors in performance of services under this Agreement; (2) property damage insurance with a minimum limit of $10,000,000.00; (3) automotive liability insurance, with minimum combined single limits coverage of $1,000,000.00; and (4) worker's compensation insurance with a minimum limit of $1,000,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy(ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only.

A. All insurance policies shall provide that the insurance coverage shall not be non-renewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City thirty (30) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or otherwise modify the insurance coverage.

B. All policies of insurance shall cover the obligations of Contractor pursuant to the terms of this Agreement; shall be issued by an insurance company which is authorized to do business in the State of California or which is approved in writing by the City; and shall be placed with a current A.M. Best's rating of no less that A VII.

C. Contractor shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, and (2)

49

insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less than one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept.

D. The general and automobile liability policies required by this Agreement shall

allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Contractor (as the named insured) should Contractor fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Contractor understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Contractor as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Contractor’s behalf upon the Contractor’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Contractor for breach of this Agreement in addition to any other damages incurred by City due to the breach.

9. Confidentiality. Contractor in the course of its duties may have access to

confidential data of City, private individuals, or employees of the City. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Contractor's prior written consent, use the same for other unrelated projects.

10. Ownership of Materials. All materials provided by Contractor in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Contractor may, however, make and retain such copies of said documents and materials as Contractor may desire.

11. Conflict of Interest. Contractor covenants that it presently has no interest and shall not acquire any interest, director or indirect, which may be affected by the services to be performed by Contractor under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest which would conflict in any manner with the performance of its services pursuant to this Agreement.

50

12. Termination. City may terminate this Agreement with or without cause upon thirty (30) days written notice to Contractor. The effective date of termination shall be upon the date specified in the notice of termination, or, in the event no date is specified, upon the fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Contractor for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Contractor shall discontinue performing services.

Contractor may terminate this Agreement, or any program or service provided

hereunder, at least ninety (90) days in advance of such termination. If this Agreement is terminated by the Contractor, the Contractor shall be compensated for services satisfactorily completed and approved prior to the effective date of termination.

13. Personnel. Contractor represents that it has, or will secure at its own expense, all personnel required to perform the services under this Agreement. All of the services required under this Agreement will be performed by Contractor or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Contractor reserves the right to determine the assignment of its own employees to the performance of Contractor’s services under this Agreement, but City reserves the right, for good cause, to require Contractor to exclude any employee from performing services on City's premises.

14. Non-Discrimination and Equal Employment Opportunity.

A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital

status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

B. Contractor will, in all solicitations or advertisements for employees placed by or

on behalf of Contractor state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.

C. Contractor will cause the foregoing provisions to be inserted in all subcontracts

for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials.

15. Assignment. Contractor shall not assign or transfer any interest in this Agreement nor the performance of any of Contractor's obligations hereunder, without the prior written consent of City, and any attempt by Contractor to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect.

51

16. Performance Evaluation. City will provide Contractor a written annual administrative performance evaluation within ninety (90) days of the first anniversary of the effective date of this Agreement, and each year thereafter throughout the term of this Agreement. The work product required by this Agreement shall be utilized as the basis for review, and any comments or complaints received by City during the review period, either orally or in writing, shall be considered. City shall meet with Contractor prior to preparing the written report. If any noncompliance with the Agreement is found, City may direct Contractor to correct the inadequacies, or, in the alternative, may terminate this Agreement as provided herein.

17. Compliance with Laws. Contractor shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. Contractor shall keep itself informed of all State and Federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its services pursuant to this Agreement. The Contractor shall, at all times, observe and comply with all such laws and regulations. The City, and its officers and employees, shall not be liable at law or in equity by reason of the failure of the Contractor to comply with this paragraph.

18. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default.

19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and Contractors.

20. Mediation. Any dispute or controversy arising under this Agreement, or in

connection with any of the terms and conditions hereof, shall be referred by the parties hereto for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs and expenses thereof shall be borne equally by the parties hereto. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. The parties agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to mediation. It is specifically understood and agreed by the parties hereto that referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy.

52

21. Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during regular business hours or by facsimile or electronic mail before or during regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses heretofore set forth in the Agreement, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section.

22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California.

23. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be the original, and all of which together shall constitute one and the same instrument.

24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Contractor and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by the City Manager or the Mayor and attested by the City Clerk.

25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference.

26. Severability. If any provision in this Agreement is held by a court of

competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way provided that the principal purpose of this Agreement is not thereby frustrated.

53

IN WITNESS WHEREOF, the parties have executed this Agreement as of

the date first written above. "City" ATTEST: CITY OF LOMITA By: By: Sandra Medina, Ryan Smoot City Clerk City Manager Approved as to form: By:

City Attorney "CONTRACTOR" By: Its:

54

ATTACHMENT – B

SWEEPING SCHEDULES

LOCATION: START TO FINISH:

Lomita City Hall Parking Lot Entire parking lot at City Hall

Narbonne Ave (East Side) 240th St to PCH

256th St (South Side) Narbonne Ave to Oak St

242nd St (North Side) Narbonne Ave to Eshelman Ave

Pennsylvania Ave (West Side) North City Limit to Lomita Blvd

240th St (South Side) Narbonne Ave to Walnut St

Lomita Blvd (South Side) East City Limit to West City Limit

Moon Ave (East Side) Lomita Blvd to 247th St

LOCATION: START TO FINISH:

Narbonne Ave (East Side) PCH to South City Limit

Woodward Ave (West Side) Lomita Blvd to 256th St

247th St (South Side) Woodward Ave to Oak St

Oak St (West Side) PCH to South City Limit

262nd St (South Side) Oak St to Eshelman Ave

Eshelman Ave (East Side) 259th Pl to 262nd St

260th St (North Side) Regent St to Cayuga Ave

Cayuga Ave (East Side) PCH to 259th Pl

Walnut St (East Side) PCH to 259th Pl

257th St (North Side) Eshelman Ave to Walnut St

253rd Pl (North Side) Andreo Ave to Eshelman Ave

Andreo Ave (East Side) 250th St to 253rd Pl

Fairview Ave (East Side) 263rd St to Glentree Dr

Eshelman Ave (East Side) 262nd St to 263rd St

261st St (North Side) Appian Way to East City Limit

Avocado St (East Side) Entire street

Glentree Dr (South Side) Fairview Ave to End

LOCATION: START TO FINISH:

Walnut St (East Side) Lomita Blvd to PCH

256th St (North Side) Walnut St to East City Limit

255th St (Both Sides) Walnut St to East City Limit

WEDNESDAYS

6:00 AM to 8:00 AM

WEDNESDAYS

STREET SWEEPING SCHEDULE

10:00 AM to 12:00 PM

WEDNESDAYS

8:00 AM to 10:00 AM

254th St (Both Sides) Walnut St to East City Limit

Ebony Ln (East Side) Lomita Blvd to 253rd St

260th St (South Side) Regent Ave to Cayuga Ave

Eshelman Ave (East Side) Lomita Blvd to PCH

262nd St (North Side) Oak St to Eshelman Ave

Oak St (East Side) Lomita Blvd to South City Limit

256th St (North Side) Narbonne Ave to Oak St

247th St (North Side) Woodward Ave to Oak St

Woodward Ave (East Side) Lomita Blvd to 256th St

253rd Pl (Both Sides) Narbonne Ave to Oak St

252nd St (South Side) Ebony Ln to East City Limit

255th St (North Side) Narbonne Ave to Woodward Ave

251st St (South Side) Ebony Ln to East City Limit

Cayuga Ave (West Side) PCH to 259th St

Eshelman Ave (Both Sides) East of Eshelman Ave (entire Cul‐de‐sac)

LOCATION: START TO FINISH:

Ebony Ln (West Side) Lomita Blvd to 253rd St

253rd St (North Side) Ebony Ln to East City Limit

Walnut St (West Side) North City Limit to 257th St

Stanhurst Ave (West Side) North City Limit to 240th St

241st St (North Side) Walnut St to End

253rd St (North Side) Eshelman Ave to Walnut St

254th St (Both Sides) Eshelman Ave to Walnut St

257th St (North Side) Walnut St to East City Limit

Eshelman Ave (West Side) North City Limit to PCH

Dawn St (Both Sides) Entire cul‐de‐sac

Carlene St (Both Sides) Entire cul‐de‐sac

Doria Ave (Both Sides) Entire cul‐de‐sac

Andreo Ave (West Side) South of 250th St (entire Andreo Ave)

252nd St (North Side) Ebony Ln to East City Limit

253rd Pl (South Side) Andreo Ave to Eshelman Ave

Leola St (Both Sides) East of Walnut St (entire cul‐de‐sac)

251st St (North Side) Ebony Ln to East City Limit

LOCATION: START TO FINISH:

Alley (Both Sides) East of Cypress St (between Cypress St and Moon Ave)

247th St (Both Sides) Moon Ave to Narbonne Ave

Benhill Ave (Both Sides) South of 240th St (entire cul‐de‐sac)

Hendricks Ave (Both Sides) North of 245th St (entire cul‐de‐sac)

Woodward Ave (Both Sides) 245th St to Lomita Blvd

WEDNESDAYS

STREETS NOT POSTED (SWEPT IN EXTRA TIME BETWEEN POSTINGS)

12:00 PM to 2:00 PM

245th St (Both Sides) East of Narbonne Ave (entire 245th St)

Cadiz Dr (Both Sides) South of 245th St (entire cul‐de‐sac)

Adona Dr (Both Sides) West of Cadiz Dr (entire cul‐de‐sac)

Lomita Park Pl (Both Sides) West of Eshelman Ave (entire cul‐de‐sac)

Allbrook St (Both Sides) West of Eshelman Ave (entire cul‐de‐sac)

Stanhurst Ave (Both Sides) 241st St to Callison St

Callison St (Both Sides) Stanhurst Ave to Walnut St

April Ct (Both Sides) West of Walnut St (entire cul‐de‐sac)

Nordman St (Both Sides) West of Walnut St (entire Nordman St)

Padron Pl (Both Sides) West of Nordman St (entire cul‐de‐sac)

247th St (Both Sides) West of Walnut St (entire 247th St)

Abita Ave (Both Sides) South of 247th St (entire cul‐de‐sac)

248th St (Both Sides) Narbonne Ave to Eshelman Ave

250th St (Both Sides) Narbonne Ave to Eshelman Ave

Oak St (West Side) 250th St to PCH

255th St (Both Sides) Woodward Ave to Eshelman Ave

Doria Ave (Both Sides) North of 252nd St (entire cul‐de‐sac)

Doria Ave (Both Sides) South of 252nd St (entire cul‐de‐sac)

252nd St (Both Sides) Doria Ave to Andreo Ave

252nd St (Both Sides) Eshelman Ave to Walnut St

253rd Pl (Both Sides) Eshelman Ave to Walnut St

257th St (South Side) Eshelman Ave to Walnut St

Bland Pl (Both Sides) PCH to Walnut St

252nd St (Both Sides) West of Ebony Ln (entire cul‐de‐sac)

253rd Pl (Both Sides) East City Limit to End (entire cul‐de‐sac)

Murad Ave (Both Sides) 262nd St to Guyson St

Guyson St (Both Sides) Murad Ave to End (entire cul‐de‐sac)

Ober Ave (Both Sides) South of Guyson St (entire cul‐de‐sac)

Appian Way (Both Sides) 263rd St to Eshelman Ave

Fairview Ave (Both Sides) Appian Way to 263rd St

263rd St (Both Sides) Appian Way to Monte Vista Ave

Eshelman Ave (Both Sides) 263rd St to South End

Walnut St (West Side) PCH to 259th Pl

Appian Way (Both Sides) 261st St to PCH

259th Pl (Both Sides) Appian Way to Cayuga Ave

Cayuga Ave (Both Sides) 262nd St to 259th Pl

Cayuga Ave (West Side) 259th Pl to 259th St

Eleanor Pl (Both Sides) West of Walnut St (entire cul‐de‐sac)

Alcor St (Both Sides) West of Walnut St (entire cul‐de‐sac)

264th st (Both Sides) Ovid Ave to Fairview Ave

Ovid Ave (Both Sides) South of 264th St (entire cul‐de‐sac)

259th St (Both Sides) Appian Way to Cayuga Ave

Regent Ave (Both Sides) Appian Way to South End

Monte Vista Ave (Both Sides) 262nd St to South End

255th St (South Side) Narbonne Ave to Woodward Ave

LOCATION: START TO FINISH:

Lomita Blvd (North Side) East City Limit to West City Limit

Walnut St (East Side) North City Limit to Lomita Blvd

Stanhurst Ave (East Side) North City Limit to 240th St

241st St (South Side) Walnut St to End

Turrell St (Both Sides) West of Walnut St (entire cul‐de‐sac)

Eshelman Ave (East Side) North City Limit to Lomita Blvd

242nd St (South Side) Narbonne Ave to Eshelman Ave

240th St (North Side) Narbonne Ave to Walnut St

241st St (South Side) Pennsylvania Ave to Narbonne Ave

Narbonne Ave (West Side) Lomita Blvd to PCH

Eshelman Way (Both Sides) East of Eshelman Ave (entire cul‐de‐sac)

LOCATION: START TO FINISH:

Narbonne Ave (West Side) PCH to South City Limit

255th St (North Side) Pennsylvania Ave to Narbonne Ave

Alliene Ave (West Side) South of 255th St

254th St (Both Sides) Feijoa Ave to Narbonne Ave

Comal Ct (Both Sides) South of 250th St (entire cul‐de‐sac)

250th St (North Side) Pennsylvania Ave to Narbonne Ave

Cypress St (East Side) Lomita Blvd to South City Limit

248th St (North Side) Pennsylvania Ave to Narbonne Ave

247th St (North Side) Pennsylvania Ave to Moon Ave

Moon Ave (West Side) Lomita Blvd to 247th St

246th Pl (North Side) Pennsylvania Ave to Cypress St

246th St (North Side) Pennsylvania Ave to Cypress St

Pennsylvania Ave (East Side) North City Limit to PCH

251st St (South Side) Pennsylvania Ave to West City Limit

250th St (South Side) Pennsylvania Ave to West City Limit

Bani Ave (Both Sides) South of 250th St (entire cul‐de‐sac)

254th St (North Side) Pennsylvania Ave to West City Limit

Noelle Ct (Both Sides) North of 254th St (entire cul‐de‐sac)

Bani Ave (Both Sides) North of 254th St (entire cul‐de‐sac)

STREET SWEEPING SCHEDULE

8:00 AM to 10:00 AM

6:00 AM to 8:00 AM

THURSDAYS

THURSDAYS

LOCATION: START TO FINISH:

Lucille Ave (West Side) 255th St to PCH

Alliene Ave (East Side) South of 255th St

Feijoa Ave (West Side) 255th St to 250th St

Cypress St (West Side) Lomita Blvd to South City Limit

248th St (South Side) Pennsylvania Ave to Narbonne Ave

247th St (South Side) Pennsylvania Ave to Moon Ave

246th Pl (South Side) Pennsylvania Ave to Cypress St

246th St (South Side) Pennsylvania Ave to Cypress St

Lucille Ave (East Side) 243rd St to Lomita Blvd

243rd St (Both Sides) Lomita Dr to Narbonne Ave

Alliene Ave (East Side) 241st St to Lomita Blvd

241st St (North Side) Pennsylvania Ave to Narbonne Ave

Pennsylvania Ave (East Side) PCH to Pennsylvania Dr

Viana Ave (West Side) South of PCH

Robin Ln (Both Sides) West of Cypress St (entire cul‐de‐sac)

Cypress Circle Dr (Both Sides) West of Cypress St (entire cul‐de‐sac)

LOCATION: START TO FINISH:

McKenna Ct (Both Side) East of Pennsylvania Ave (entire cul‐de‐sac)

255th St (Both Sides) Pennsylvania Ave to West City Limit

Veronica Ln (Both Sides) South of 255th St (entire cul‐de‐sac)

Pennsylvania Dr (Both Sides) Pennsylvania Ave to South City Limit

Danmar Ct (Both Sides) East of Pennsylvania Dr (entire cul‐de‐sac)

Viana Ave (East Side) South of PCH

LOCATION: START TO FINISH:

Lucille Ave (Both Sides) South of PCH (entire cul‐de‐sac)

Hillworth Ave (Both Sides) South of PCH (entire cul‐de‐sac)

Saddle View Rd (Both Sides) South of Esther View Dr (entire cul‐de‐sac)

Esther View Rd (Both Sides) Saddle View Dr to Pennsylvania Ave

Chapman St (Both Sides) Saddle View Dr to Pennsylvania Ave

Wittick Ct (Both Sides) West of Pennsylvania Ave (entire cul‐de‐sac)

Steed Ct (Both Sides) West of Pennsylvania Ave (entire cul‐de‐sac)

Reed Dr (Both Sides) North of PCH (entire cul‐de‐sac)

Forrester Dr (Both Sides) West of Pennsylvania Ave (entire cul‐de‐sac)

256th St (Both Sides) West of Pennsylvania Ave (entire street)

Bani Ave (Both Sides) South of 256th St (entire cul‐de‐sac)

THURSDAYS

12:00 PM to 2:00 PM

STREETS NOT POSTED (SWEPT IN EXTRA TIME BETWEEN POSTINGS)

THURSDAYS

10:00 AM to 12:00 PM

253rd St (Both Sides) West of Pennsylvania Ave (entire street)

Becknell Ave (Both Sides) South of 253rd St (entire cul‐de‐sac)

Bani Ave (Both Sides) South of 253rd St (entire cul‐de‐sac)

248th St (Both Sides) West of Pennsylvania Ave (entire cul‐de‐sac)

247th St (Both Sides) West of Pennsylvania Ave (entire cul‐de‐sac)

Pennsylvania Ave (West Side) Lomita Blvd to PCH

Alley (Both Sides) Between Cypress St and Moon Ave

247th St (Both Sides) Moon Ave to Narbonne Ave

249th St (Both Sides) Pennsylvania Ave to Cypress St

250th St (South Side) Pennsylvania Ave to Narbonne Ave

251st St (Both Sides) East of Pennsylvania Ave (entire cul‐de‐sac)

253rd St (Both Sides) East of Pennsylvania Ave (entire cul‐de‐sac)

254th St (Both Sides) West of Cypress St (entire cul‐de‐sac)

Kelley Ave (Both Sides) North of 255th St (entire cul‐de‐sac)

Kelley Ave (Both Sides) South of 255th St (entire cul‐de‐sac)

Adamo Ave (Both Sides) North of 255th St (entire cul‐de‐sac)

Evans Ct (Both Sides) West of Cypress St (entire cul‐de‐sac)

Stratford Dr (Both Sides) West of Cypress St (entire cul‐de‐sac)

Forrester Dr (Both Sides) West of Cypress St (entire cul‐de‐sac)

255th St (South Side) Pennsylvania Ave to Narbonne Ave

Lucille Ave (West Side) 243rd St to Lomita Blvd

Alliene Ave (West Side) 241st St to Lomita Blvd

Narbonne Ave (West Side) 241st St to Lomita Blvd

Benhill Ave (Both Sides) North of 240th St (entire cul‐de‐sac)

Olson Ln (Both Sides) North of 240th St (entire cul‐de‐sac)

Falena Ave (Both Sides) North City Limit to 247th St

246th St (Both Sides) Falena Ave to East City Limit

247th St (Both Sides) Walnut St to East City Limit

247th Pl (Both Sides) West of East City Limit (entire cul‐de‐sac)

248th St (Both Sides) West of East City Limit (entire cul‐de‐sac)

Crenshaw Blvs (Both Sides) Lomita Blvd to North City Limit

LOCATION: START TO FINISH:

Pennsylvania Ave (West Side) PCH to Pennsylvania Dr

Eshelman Ave (West Side) 262nd St to 263rd St

Eshelman Ave (West Side) 259th Pl to 262nd St

258th Pl (Both Sides) Cayuga Ave to East City Limit

259th St (Both Sides) Cayuga Ave to East City Limit

Market Pl (West Side) 259th St to 259th Pl

259th Pl (North Side) Cayuga Ave to Market Pl

Western Ave (Both Sides) 261st to South City Limit

Glentree Dr (North Side) Fairview Ave to End

Fairview Ave (West Side) 263rd St to Glentree Dr

Avocado St (West Side) Entire Street

PCH (Both Sides) West City Limit to East City Limit

PV Drive North (South Side) Western Ave to East City Limit

LOCATION: START TO FINISH:

Lucille Ave (East Side) 255th St to PCH

Feijoa Ave (East Side) 250th St to 255th St

249th St (South Side) Pennsylvania Ave to Cypress St

257th St (South Side) Walnut St to East City Limit

256th St (South Side) Walnut St to East City Limit

253rd St (South Side) Ebony Ln to East City Limit

Monterey Cir (Both Sides) South of 253rd St (entire cul‐de‐sac)

PV Drive North (North Side) West City Limit to East City Limit

Rolling Ranchos Tract Entire Tract

254th St (South Side) West of Pennsylvania Ave

Aubrey Ln (Both Sides) South of 254th St (entire cul‐de‐sac)

251st St (North Side) West of Pennsylvania Ave

Neko Dr (Both Sides) North of 251st St (entire cul‐de‐sac)

250th St (North Side) West of Pennsylvania Ave  to End

255th St (South Side) Walnut St to East City Limit

261st St (South Side) Appian Way to East City Limit

STREET SWEEPING SCHEDULE

FRIDAYS

FRIDAYS

6:00 AM to 8:00 AM

8:00 AM to 10:00 AM

LOCATION: START TO FINISH:

257th St (Both Sides) Eshelman Ave to Walnut St

Reed St (Both Sides) South of PCH (entire cul‐de‐sac)

259th Pl (Both Sides) Avocado St to Appian Way

Garner St (Both sides) West of Eshelman Ave (entire cul‐de‐sac)

Eshelman Ave (Both Sides) PCH to 259th Pl

Appian Way (Both Sides) 259th St to PCH

258th Pl (Both Sides) Appian Way to Cayuga Ave

259th St (Both Sides) Appian Way to Cayuga Ave

Cayuga Ave (Both Sides) 259th St to 260th St

260th St (Both Sides) Cayuga Ave to Market Pl

Market Pl (West Side) 259th Pl to 260th St

Monte Vista Ave (Both Sides) 262nd St to South End

Regent Ave (Both Sides) 262nd St to South End

Ocean View Ave (Both Sides) 262nd St to 263rd St

Hillcrest Ave (Both Sides) Western Ave to South End

Alta Vista Ave (West Side) 262nd St to South City Limit

263rd St (Both Sides) Eshelman Ave to Alta Vista Ave

262nd St (Both Sides) Western Ave to Alta Vista Ave

249th St (North Side) Pennsylvania Ave to Cypress St

STREETS NOT POSTED (SWEPT IN EXTRA TIME BETWEEN POSTINGS)

55

ATTACHMENT – C

STREET MAPS

Street Sweeping Schedule

WEDNESDAYS

6 AM to 8 AM 8 AM to 10 AM

10 AM to 12 PM 12 PM to 2 PM

Sweep streets marked in red in extra time

between postings

ESHELMAN AVE

NORTH SIDE

WE

ST

S

ID

E

SOUTH SIDE

S

O

U

T

H

S

I

D

E

EA

ST

S

ID

E

EA

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

SOUTH SIDE

WE

ST

S

ID

E

W

E

S

T

S

I

D

E

SOUTH SIDE

EA

ST

S

ID

E

NORTH SIDE

EA

ST

SID

E

EA

ST

S

ID

E

NORTH SIDE

NORTH

SIDE

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

SID

E

SOUTH SIDE

EA

ST

S

ID

E

E

A

S

T

S

I

D

E

SOUTH SIDE

NORTH SIDE

BOTH SIDES

SOUTH SIDE

WE

ST

SID

E

BOTH

SIDES

W

E

S

T

S

I

D

E

NORTH SIDE

WE

ST

S

ID

E

BOTH

SIDES

CIT

Y H

AL

L

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

S

ID

E

SOUTH SIDE

S

O

U

T

H

S

I

D

E

S

O

U

T

H

S

I

D

E

NORTH SIDE

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

S

ID

EE

AS

T S

ID

E

E

A

S

T

S

I

D

E

EA

ST

S

ID

E

EA

ST

S

ID

E

NORTH

SIDE

NORTH SIDE

NORTH SIDE

NORTH SIDE

BOTH SIDES

BOTH SIDES

EA

ST

S

ID

E

SOUTH SIDE

NORTH SIDE

NORTH SIDE

NORTH SIDE

NORTH SIDE

NORTH SIDE

BOTH SIDES

BOTH SIDES

WE

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

EW

ES

T S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

SID

E

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

SOUTH

SIDE

BOTH

SIDES

BOTH

SIDES

BO

TH

SID

ES

BO

TH

S

ID

ES

BO

TH

SID

ES

BOTH SIDES

BO

TH

SID

ES

BOTH SIDES

BOTH

SIDES

BO

TH

S

ID

ES

BOTH SIDES

BOTH SIDES

BOTH SIDES

B

O

T

HS

I

D

E

S

BO

TH

SID

ES

BOTH

SIDES

BOTH SIDES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BOTH SIDES

BO

TH

S

ID

ES

BOTH

SIDES

BOTH SIDES

BOTH SIDES

SOUTH SIDE

B

O

T

H

S

I

D

E

S

BOTH

SIDES

BOTH SIDES

BO

TH

SID

ES

BOTH

SIDES

BOTH

SIDES

BOTH SIDES

BO

TH

S

ID

ES

WE

ST

S

ID

E

B

O

T

H

S

I

D

E

S

BO

TH

S

ID

ES

BOTH

SIDES

BOTH

SIDES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BOTH

SIDES

BOTH

SIDES

Street Sweeping Schedule

THURSDAYS

6 AM to 8 AM 8 AM to 10 AM

10 AM to 12 PM 12 PM to 2 PM

Sweep streets marked in red in extra

time between postings

N

O

R

T

H

S

I

D

E

EA

ST

S

ID

E

EA

ST

SID

E

SOUTH SIDE

BOTH SIDES

SOUTH SIDE

NORTH SIDE

SOUTH SIDE

S

WE

ST

S

ID

E

BOTH

SIDES

ESHELMAN

WAY

WE

ST

S

ID

E

NORTH SIDE

WE

ST

S

ID

E

BOTH

SIDES

BO

TH

S

ID

ES

NORTH SIDE

EA

ST

S

ID

E

NORTH SIDE

NORTH SIDE

EA

ST

S

ID

E

SOUTH SIDE

NORTH SIDE

BO

TH

S

ID

ES

BO

TH

SID

ES

BO

TH

SID

ES

WE

ST

S

ID

E

EA

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

SOUTH SIDE

SOUTH SIDE

WE

ST

S

ID

E

EA

ST

S

ID

E

BOTH SIDES

EA

ST

S

ID

E

NORTH SIDE

EA

ST

S

ID

E

WE

ST

S

ID

E

BOTH

SIDES

BOTH SIDES

BOTH SIDES

BOTH

SIDES

BO

TH

SID

ES

B

O

T

H

S

I

D

E

S

EA

ST

S

ID

E

B

O

T

H

S

I

D

E

S

SOUTH SIDE

SOUTH SIDE

EA

ST

S

ID

E

WE

ST

S

ID

E

NORTH SIDE

NORTH SIDE

EA

ST

S

ID

E

SOUTH SIDE

N

O

R

T

H

S

I

D

E

N

O

R

T

H

S

I

D

E

EA

ST

S

ID

E

EA

ST

S

ID

E

EA

ST

S

ID

E

WE

ST

S

ID

E

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BOTH SIDES

BOTH SIDES

BOTH SIDES

BOTH SIDES

BO

TH

S

ID

ES

BOTH SIDES

BOTH SIDES

BO

TH

S

ID

ES

BOTH SIDES

BO

TH

SID

ES

BO

TH

SID

ES

BOTH SIDES

BOTH SIDES

WE

ST

S

ID

E

WE

ST

S

ID

E

BOTH

SIDES

BOTH SIDES

BOTH SIDES

BOTH SIDES

BOTH

SIDES

BOTH

SIDES

BOTH

SIDES

BO

TH

SID

ES

BO

TH

SID

ES

BO

TH

SID

ES

BOTH

SIDES

BOTH

SIDES

SOUTH SIDE

WE

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

BO

TH

SID

ES

BO

TH

SID

ES

BO

TH

S

ID

ES

BOTH SIDES

BOTH SIDES

BOTH SIDES

BOTH SIDES

Street Sweeping Schedule

FRIDAYS

6 AM to 8 AM 8 AM to 10 AM

Sweep streets marked in red in extra time

between postings

WE

ST

S

ID

E

WE

ST

S

ID

E

WE

ST

S

ID

E

BOTH SIDES

BOTH SIDES

WE

ST

SID

E

NORTH

SIDE

B

O

T

H

S

ID

E

S

BO

TH

S

ID

ES

NORTH SIDE

WE

ST

S

ID

E

WE

ST

S

ID

E

BOTH SIDES

BOTH SIDES

EA

ST

S

ID

E

EA

ST

S

ID

E

SOUTH SIDE

SOUTH SIDE

SOUTH SIDE

SOUTH SIDE

BO

TH

SID

ES

S

O

U

T

H

S

I

D

E

N

O

R

T

H

S

I

D

E

N

O

R

T

H

S

I

D

E

N

O

R

T

H

S

I

D

E

B

O

T

H

S

I

D

E

S

SOUTH SIDE

BO

TH

S

ID

ES

NORTH SIDE

BO

TH

S

ID

ES

NORTH SIDE

SOUTH SIDE

SOUTH SIDE

BOTH SIDES

BO

TH

SID

ES

BOTH SIDES

BOTH SIDES

BO

TH

S

ID

ES

B

O

T

H

S

I

D

E

S

BOTH

SIDES

BO

TH

SID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BO

TH

S

ID

ES

BOTH SIDES

NORTH SIDE

BOTH SIDES