CITY OF MURRIETA

REQUEST FOR PROPOSAL NO. 21-004

STREET SWEEPING SERVICES

Proposal Due Date: Thursday, May 6, 2021 @ 2:00 PM

Contact: Brian Crawford, Management Analyst Department of Public Works/Engineering [email protected] 951-461-6047

Published April 13, 2021

TABLE OF CONTENTS

 Introduction  Instructions  Terms & Conditions  Scope of Services  Exhibits A. Draft Agreement B. Statement of Compliance C. Street Sweeping Map & Schedule/Parking Lot List D. Example Cost File

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES INTRODUCTION

Objective:

The City of Murrieta is seeking proposals from qualified firms that are interested in providing the City with Citywide street sweeping services. The City is issuing this Request for Proposal (RFP) for the sweeping of approximately 523 curb miles of City streets on a twice-monthly basis, for a total 1,046 curb miles per month; and 21 parking lots at City-owned facilities and parks. Additional streets and parking lots, as developed or assumed by the City, may be added or removed from the contract. After a careful review of each submitted proposal, the City will conduct an evaluation leading to the selection of a contractor and the award of the contract. The objective of this RFP solicitation is to identify the most qualified, responsive and responsible firm to provide street sweeping services over the course of a proposed five (5) year contract period, renewable thereafter up to one additional five (5) year optional term, based on the contractor performance, for a maximum ten-year contract period.

Please be advised that the City is soliciting for services using alternative-fuel sweepers ONLY that are regenerative air sweepers, equal to, or larger, than a Tymco 600. Pursuant to AQMD Rule 1186.1 an alternative-fuel sweeper means a sweeper with engine(s) that use compressed or liquefied natural gas, liquefied petroleum gas (propane), methanol, electricity, or fuel cells. Hybrid-electric and dual fuel technologies that use diesel fuel are not considered alternative-fuel technologies for the purposes of Rule 1186.1.1.1.

There is a CNG station operated by Southern California Gas Company located in Murrieta.

Background:

Situated in southwest Riverside County at the confluence of Interstate Highways 15 and 215, the City of Murrieta is a general law municipal corporation. The City incorporated as a General Law city in 1991 and currently encompasses over 33 square miles with a population of over 116,000.

The City is governed by five City Council members, elected according to Districts for four-year, staggered terms. The City Attorney and City Manager are appointed by the City Council. The City Council members also serve as Directors on the Community Services District, Fire District, Library Board, Financing Authority, Housing Authority and Redevelopment Successor Agency.

Definitions:

The following is an explanation of terms frequently referred to in this document:

 “City”: Refers to the City of Murrieta.  “Request for Proposal (RFP)”: Refers to the solicitation process wherein the City is seeking proposals.  “Proposal”: The formal response to this solicitation submitted to the City by a Proposer or Proposers.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES  “Proposer”: Refers to the individual, partnership, or corporation that is submitting a proposal in response to this RFP process.  “Project”: The provision of street and parking lot sweeping services as requested in this solicitation.  “Shall”: Refers to a mandatory requirement.  “Contractor”: Refers to the individual, partnership, or corporation that is awarded a contract by the City upon conclusion of this RFP process.  “Contract” or “Agreement”: A promissory agreement with specific terms between the City and one or more parties that creates, modifies or destroys a legal relation in exchange for consideration.  “Curb Mile”: The term “curb mile” shall equal 5,280 feet, be length, of street (curb to curb) and is the measurement used to determine compensation under this contract. Compensation shall be as follows: a street one (1) linear mile long with: (Center medians will be included in all curb miles and the contractor will be responsible for making four passes. Two outside and two inside.) o No medians would measure two (2) curb mile. o Painted median would measure three (3) curb miles (one pass for each curb, one for the center lane) o Raised/curbed medians would measure four (4) curb miles.  “Linear Mile” – the measurement of actual miles driven in order to satisfactorily clean streets to the City standard, which may require multiple passes depending on condition and width of street.  “Curb-to Curb” - the area within curb limits of the street including medians, intersections, and street ends.  “Holiday” – all days observed by the City as holidays including: New Year’s Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans’ Day, Thanksgiving (including the Friday after), Christmas Eve, Christmas Day, New Year’s Eve.  “Inclement Weather” – refers to the weather conditions that prohibit the effective operation of sweeping operations.  “Debris” – refers to all , rubbish, leaves, sand, dirt, silt, garbage, obstructions, and all other foreign material to be removed from paved streets with a mechanical street sweeper.  “Street” – refers to all paved dedicated public rights-of-way within the existing or future corporate limits of the City.  “Re-sweep” – sweep required when previous sweeps are deemed by the City to be below standard/unacceptable or when a street or sections of a street are missed during regularly scheduled operation. All costs for re-sweeps shall be borne by the Contractor.  “Special Sweep” – sweep involving unusual conditions such as traffic hazards, parades, special events, and similar events billed at an hourly rate including travel time. If appropriate, prior approval from Public Works Maintenance Manager, or their designee, is required.  “Travel Speed” – sweeper operator must maintain a speed consistent with the manufacturer’s recommended speed limit to provide the most effective sweeping service

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES possible while the sweeping broom is lowered in the operating position. A slower speed may be required under certain conditions where large quantities of debris are present (i.e. sand, gravel, glass, heavy leaves, etc.).

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES INSTRUCTIONS

Invitation:

You are hereby invited to submit a Proposal for Street Sweeping Services to the City of Murrieta. Three copies of your proposal shall be submitted no later than 2:00 p.m., May 6, 2021, addressed to:

City of Murrieta Public Works/Engineering Department 1 Town Square Murrieta, CA 92562 Attn: Brian Crawford, Management Analyst

Proposals received after the above mentioned date and time will be rejected by the City as non- responsive and returned unopened.

Questions/Correspondence:

1. All questions regarding this RFP shall be must be received by the City no later than April 20, 2021 at 10:00 am, and shall be submitted via email ONLY to Brian Crawford at [email protected].

2. All correspondence shall be clearly marked with “RFP for Street Sweeping Services.”

3. Changes to the requirements of this RFP will be written addendum. No addendum will be issued after 5:00 p.m. on Thursday, April 22, 2021. The Proposer is required to check the City website at www.murrietaca.gov/bids.aspx to verify no addenda have been issued prior to submitting a proposal.

Proposal Evaluation Criteria:

Proposals will be evaluated on the basis of the response to all provisions of this RFP. Since this solicitation is an RFP as opposed to a Bid, pricing alone will not constitute the entire selection criteria. The City may use some or all of the following criterion and corresponding percentages in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The City reserves the right to modify the evaluation criterion and percentage of score as deemed appropriate prior to the commencement of evaluation.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES POTENTIAL PROPOSAL EVALUATION CRITERION

EVALUATION CRITERION PERCENTAGE OF SCORE

Experience of the Proposer, including references and 20% similar project history.

Qualifications of the Proposer and ability to perform 20% all requested services.

Proposed approach to the Scope of Work, 20% methodology and subject matter expertise.

The proposed Project costs. 40%

The City reserves the right to determine whether or not a proposal meets the specifications and requirements of this RFP and reject any proposal that, in the City’s opinion, fails to meet the detail or intent of the requirements. The City reserves the right to reject any and all proposals.

Selection Process:

The City shall employ a three-step process to select a Contractor for this Project, with the third step optional, if necessary. In the first step, a panel shall rate all Proposals using the criteria described in this section. Each criterion shall be assigned a unique scoring weight based on the significance of each criterion to the overall success of the Project. Proposals must earn a minimum of 70% of the available points in Step 1 to advance to Step 2. In the second step, a cost analysis shall be performed on all cost proposals and/or fee schedules received from the Proposals. A Ratio of Cost score shall be assigned to each Proposal based on the proposed pricing. Based on the scores from Steps 1 and 2, the City will attempt to identify a finalist shortlist and initiate, if necessary, Step 3, which shall involve a panel interview.

Project Schedule:

The following is a tentative schedule of this entire RFP process. While the City will attempt to apply the necessary resources to maintain this schedule, the following dates are merely projections and the City reserves the right to modify this schedule as needed to accommodate the completion of this RFP process.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES TENTATIVE PROJECT SCHEDULE

RFP Published: April 13, 2021

Questions from Proposers Due: April 20, 2021

Questions and Answers Posted: April 22, 2021

Proposals Due: May 6, 2021

Anticipated Contract Award: June 15, 2021

Contractor Commences Full Operations July 1, 2021

Proposal Format:

A. Response File:

The Response File is the main portion of the proposal and shall address the following areas, in the following order:

1. Cover Letter

A cover letter not to exceed three (3) pages in length should summarize key elements of the proposal. The letter must be signed by an individual authorized to bind the Proposer. The letter must stipulate that the proposed pricing will be valid for a period of a minimum of five (5) years subject to biennial CPI increases, indicate the address and telephone number of the Contractor's office located nearest to Murrieta, California, and the office from which the contract will be managed.

2. Background and Approach

The Background and Approach Section should describe the proposing firms understanding of the City and the work to be done.

3. Methodology

This section should clearly describe the methodology to be used to carry out the specific work tasks described in the Work Plan, including descriptions of the type(s) of equipment to be utilized in the City.

4. Work Plan

Describe the sequential work tasks you plan to carry out in accomplishing this contract. Indicate all key deliverables and their contents.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES 5. Contract Organization and Staffing

Describe your approach and methods for managing the contract. Provide an organization chart showing all proposed contract team members. Describe the responsibilities of each person on the contract team. Identify the Contract Director and/or Manager and the person who will be the key contact with the City of Murrieta. Include a statement indicating the availability of the members of the contract team for the duration of the contract. Please include a brief statement of qualifications for key members of the contract team with particular emphasis on their experience and professional affiliation. Also, include any additional information or staff support that will be required from City personnel. In addition, please provide a current copy of the operating procedures, employee manual, or equivalent document.

6. Related Experience

Describe recent, directly related public agency experience. Include on each listing the name of the agency; description of the work done; primary agency contact, address and telephone number; dates for the contract; value of the contract; name of the Contract Director and/or Manager and members of the proposed contract team who worked on the contract, as well as their respective responsibilities. At least three references should be included. For each reference, indicate the reference's name, organization affiliation, title, complete mailing address, and telephone number. The City of Murrieta reserves the right to contact any of the organizations or individuals listed.

7. Other Information

Include any other information you consider to be relevant to the proposal and will assist City staff in making an informed decision. Additional optional services may be provided at the discretion of the contractor.

8. Proof of Insurance

Provide documentation showing proof of insurance coverage limits, which must meet or exceed coverage limits detailed in the Draft Agreement. Failure to disclose proof of insurance will result in a Proposal deemed as non-responsive.

9. Sweeper Equipment Profile

Provide a detailed overview of the sweeper equipment that will specifically be used for the City of Murrieta Project. Please include years, makes and models of sweepers; fuel type; type of sweeping technology; recommended speed for residential streets when sweeping; recommended speed for arterial streets when sweeping; a description of components that will require regular maintenance to allow the sweeper to efficiently and effectively operate; any other information City staff should be aware of when reviewing the equipment details. Include the number of sweepers the contractor currently has staged within a thirty (30) minute travel time from the City.

10. GPS Vehicle Tracking Equipment/Software Profile

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES Provide a detailed overview of the vehicle tracking equipment and software that City staff will have access to in order to view real time, and archived, vehicle location, speed, direction, date/time stamps, distance traveled, etc. Reporting should be able to distinguish between non- sweeping travel and sweeping activity. Please provide the name of the company providing the equipment and software, how the software is accessed, screenshots, a web link to view more information about the proposed system, and any other information the City should have in order to make an informed decision.

B. Statement of Compliance

The Statement of Compliance is included in this RFP and is mandatory.

C. Cost File

The Cost File (in Excel format) is available for download as part of this RFP. Complete the Cost File, print and sign, and include a copy with each response packet.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES TERMS AND CONDITIONS

I. Acceptance of Terms and Conditions

Submission of a proposal indicates acceptance by the company submitting the proposal of the terms, conditions and specifications contained in this RFP and Draft Agreement, unless clearly and specifically stated otherwise in the completed Statement of Compliance.

II. Precedence of Terms and Conditions

All other terms and conditions of the Draft Agreement attached within this RFP are hereby incorporated into the terms and conditions of this RFP. In the event of a conflict of terms and conditions between the RFP document and the Draft Agreement, the terms and conditions expressed in the Draft Agreement shall take precedence.

III. Public Record

Upon submission of a proposal and other materials for consideration by the City, such proposals and materials shall become the property of the City of Murrieta. Proposals may be subject to public inspection and disclosure pursuant to state and federal law after the award of a contract for this Project. Prior to the RFP deadline, proposals may be modified or withdrawn by an authorized representative of the Proposer by written notice to the City.

IV. Availability of Records

All relevant documents pertaining to this RFP and procurement process shall be made available by the City upon successful conclusion of the entire procurement process.

V. Late Proposals

Any proposal which is not received by the City prior to the deadline date and time set forth in this RFP shall not be considered. The City assumes no responsibility or liability for the transmission, delay, or delivery of a proposal by either public or private carriers.

VI. Specificity of Information

No verbal or written information which is obtained other than through this RFP or its addenda shall be binding on the City. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to that contained in or amended to this written RFP document.

VII. Errors and Omissions

This RFP cannot identify each specific, individual task required to successfully and completely implement this Project. The City relies on the professionalism and competence of Proposers to be knowledgeable of the general areas identified in the scope of work and to include in their proposals all materials, equipment, required tasks and subtasks, personnel commitments, man-hours, labor, direct and indirect costs, etc. Proposers shall not take advantage of any errors and/or omissions in this RFP document or in the firm’s

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES specifications submitted with their proposals. Where such errors or omissions are discovered by the City, full instructions will be given by the City in the form of an addenda.

VIII. Proposal Validity

Unless otherwise noted by the Proposer, all proposals shall be held valid for a period of 90 days.

IX. Right of Rejection

The City reserves the right to: (1) Accept or reject any and all proposals or any part of any proposal, and to waive minor defects or technicalities in such; (2) Request clarification of any information contained in a proposal; (3) Solicit new proposals on the same project, or on a modified project, which may include portions of the original RFP as the City may deem necessary; (4) Disregard all non-conforming, nonresponsive, or conditional proposals, (5) Reject the response of any proposer who does not pass the evaluation to the City’s satisfaction, (6) Allow for the correction of errors and/or omissions; (7) Select the proposal that will best meet the needs of the City, and (8) Negotiate service contract and terms with the successful Proposer.

X. Right of Rejection of Lowest Fee Proposal

The City is under no obligation to award this project to the Proposer offering the lowest fee proposal. Evaluation criteria expressed in this RFP solicitation shall be used in the proposal evaluation process. In evaluating proposals, the City may consider the qualifications of the proposers and whether the proposals comply with the prescribed requirements. The size and scope of the Project at hand may dictate the degree to which Qualifications-Based Selection processes are utilized.

XI. Non-Compliance

Proposers and/or proposals that do not meet the stated requirements for this Project may be considered noncompliant and may be disqualified, unless such noncompliance is waived by the City. During the evaluation process, the City reserves the right to request additional information or clarification from those submitting proposals, and to allow corrections of errors and/or omissions.

XII. Exceptions to Proposal Requirements

Proposers may find instances where they must take exception with certain requirements or specifications of the RFP and/or Draft Agreement. All exceptions shall be clearly identified using the Statement of Compliance, and written explanations shall include the scope of the exceptions, the ramifications of the exceptions for the City, and a description of the advantage to be gained or disadvantages to be incurred by the City as a result of these exceptions.

XIII. Determination of Responsiveness and Responsibility

The City shall have sole authority in determining the responsiveness and responsibility of any and all Proposals. For Proposals containing exceptions to specifications and/or

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES requirements, the City shall have sole authority in determining the extent to which exceptions affect the responsiveness and responsibility of any and all Proposals.

XIV. Obligation to Award

The City is not obligated to enter into a Contract or Agreement on the basis of any proposal submitted in response to this RFP. City reserves the right to award multiple contracts for this Project if is deemed most advantageous to the City.

XV. Proposer Reimbursement Prohibition

The City will not pay for any information herein requested, nor are they liable for any costs incurred by any vendors prior to award of a contract or purchase order. The City may require the finalist proposer(s) to provide on-site presentations and demonstrations of the product(s)/service(s) proposed by the proposer(s). All costs associated with the demonstrations or follow-up interviews are the sole obligation of the proposer(s).

XVI. Gratuity Prohibition

Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City for the purpose of influencing consideration of this proposal. Submission of a Proposal indicates Proposer certifies that they have not paid nor agreed to pay any person, other than a bona fide employee, a fee or a brokerage resulting from the award of the contract.

XVII. Contact with City Personnel or Entities

During the RFP procurement process, proposal evaluation process and proposal selection process, the RFP Administrator is to serve as the primary point of contact for any and all matters pertaining to this RFP and Project. Proposers shall not contact any City personnel or entities other than the RFP Administrator for matters regarding this Project until conclusion of the entire procurement process, which shall be defined as Agreement Award. Unauthorized contact may result in disqualification of Proposals.

XVIII. Indemnification

Proposer, at its own expense and without exception, shall indemnify, defend and pay all damages, costs, expenses, including attorney fees, and otherwise hold harmless the City, its employees, and agents, from any liability of any nature or kind in regard to the delivery of these services. Submission of a Proposal indicates Proposer waives the right to claims for damages of any nature, whatsoever, based on the Proposal solicitation and/or selection process.

XIX. Insurance Requirements

The selected Contractor(s) for this Project shall be required, prior to the execution of a Contract, to furnish proof of insurance. The specific insurance types and limits depend on the Project and can be found in the Draft Agreement of this RFP solicitation.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES XX. Compliance with All Applicable Laws

Proposer declares that it shall comply with all licenses, statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted, including, but not limited to, appropriate Contractor licensing, permits and business licensing.

XXI. Inclusive Proposal Pricing

Proposal pricing shall include any and all applicable licenses, insurance coverage, endorsements, bonding and if necessary, any wage compliance deemed necessary to perform the Work or Services as part of the Project described in this RFP. City will not be responsible for reimbursing Contractors for any charges not included in the Proposal pricing that are incurred in securing these requirements.

XXII. Subcontractor/Joint Ventures

The selected Contractor shall be the Prime Contractor performing the primary functions of the Agreement. If any portion of the Agreement is to be performed by a subcontractor, this must be clearly set forth in the Proposal submittal as to what part(s) is/are to be delegated. The City reserves the right to reject any Proposal wherein use of subcontractors significantly affects the ability of the Proposer to function as the Prime Contractor on the awarded Agreement. The Prime Contractor will at all times be responsible for the acts and errors or omissions of its subcontractors or joint participants and persons directly or indirectly employed by them. Acceptance or rejection of a Proposer’s request to use subcontractors is at the sole discretion of the City.

XXIII. Prevailing Wage

This project is not subject to the Prevailing Wage standards set forth by the State of California Department of Industrial Relations.

XXIV. Addenda

The City may modify this RFP, any of its key action dates, or any of its attachments, prior to the proposal submittal date. Addenda will be numbered consecutively as a suffix to the RFP Reference Number. It is the Proposer’s responsibility to ensure they have incorporated all addenda. Failure to acknowledge and incorporate addenda will not relieve the Proposer of the responsibility to meet all terms and conditions of the RFP and any subsequent addenda.

XXV. Cancellation

This solicitation does not obligate the City of Murrieta to enter into an agreement. City of Murrieta retains the right to cancel this RFP at any time, should the project be canceled, City of Murrieta loses the required funding, or it is deemed in the best interest of the City of Murrieta. No obligation, either expressed or implied, exists on the part of the City of Murrieta to make an award or to pay any cost incurred in the preparation or submission of a proposal.

XXVI. Execution of the Agreement

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES The Agreement shall be signed by the Proposer and returned, along with the required attachments to the City of Murrieta within 10 working days. The period for execution may be changed by mutual agreement of the parties. Agreements are not effective until approved by the appropriate City of Murrieta officials. Any work performed prior to receipt of a fully executed Agreement shall be at Proposer's own risk.

XXVII. Failure to Execute the Agreement

Failure to execute the Agreement within the time frame identified above shall be sufficient cause for voiding the award. Failure to comply with other requirements within the set time shall constitute failure to execute the Agreement. If the successful Proposer refuses or fails to execute the Agreement, the City of Murrieta may award the Agreement to the next qualified highest ranked Proposer.

XXVIII. Non-Endorsement

If a proposal is accepted, the Proposer shall not issue any news releases or other statements pertaining to the award or servicing of the agreement which state or imply City of Murrieta endorsement of Proposer’s services.

XXIX. Conflict of Interest

The City requires a Statement of Economic Interests (Form 700) to be filed by any proposer who is involved in the making, or participation in the making, of decisions which may foreseeably have a material effect on any City financial interest [reference Government Code § 82019].

The City reserves the right to prohibit participation by the proposer in submitting a proposal for or providing services, goods or supplies, or any other related action, which is required, suggested or otherwise deemed appropriate in the end product of this contract.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES SCOPE OF SERVICES

I. SCOPE OF WORK

The work to be performed under this Agreement consists of providing street and parking lot sweeping services for the City of Murrieta, California, in pre-designated areas of the City, on City determined schedules/routes, and at City selected hours of each day of the week. All work shall comply with all other applicable air and prevention regulations, including SCAQMD Rules 1186 and 1186.1.

II. SWEEPING FREQUENCY

Sweeping of all streets shall be completed twice per month according to the schedule on the map included in this document.

Sweeping of parking lots at City owned facilities and parks shall be completed at least once per month. Depending on cost, the City may elect to sweep twice per month.

III. STREET SWEEPING EQUIPMENT

1. Equipment Quantity Requirements

Quality and quantity of the equipment used by the Contractor for the sweeping of the streets shall be sufficient to perform the work required herein within the hours of work specified herein. Primary sweepers shall have a regenerative air system and be equal to, or larger, than a Tymco 600 model sweeper. Proposals will include a profile of the primary sweepers the Contractor intends to use on Project.

Regenerative air street sweepers shall be used for the sweeping of residential streets/arterial streets and parking lots. All sweeping equipment used by Contractor for the City shall have the same curb mile cost. All equipment used by Contractor for the City shall meet City requirements and standards.

2. Alternative Fuel Equipment

The City of Murrieta requires that alternative fuel vehicles be used in the sweeping of its streets and parking lots. Contractors shall provide test-proven documentation to verify the fuel’s clean- burning efficiency. All equipment used in performance of this Contract shall be in compliance with South Coast Air Quality Management District (SCAQMD) Rule 1186.1. All proposals, documentation, and literature shall be included with completed specifications and contract documents prior to closing date and time.

3. Equipment Identification

All street sweeping vehicles shall have safety features and shall be painted a uniform color and shall bear in legible letters the Contractor’s name and the following wording on an affixed magnetic sign on both the driver and passenger doors:

“Contracted to Serve the City of Murrieta”

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES “Street Sweeping– (951) 304-YARD”

4. Type and Capacity

Arterial and residential sweepers must be capable of sweeping a minimum eight (8) foot width as measured from the outside edge of the gutter broom in a single pass along the curb. Street sweepers must have a minimum hopper capacity of seven (7) cubic yards. All sweepers must be equipped with a right and left-gutter broom for median work.

All Street sweepers shall have operational directional traffic control devices mounted on the rear of vehicle’s hopper. Additionally, a 360 degree, LED light safety beacon of comparable traffic safety light is required to be placed on roof of truck cap or atop hopper. Sweeper equipment operators shall wear protective clothing, equipment, and a current ANSI/ ISEA safety vest at all times.

5. Maintenance

Equipment shall be maintained both visually and operationally. Paint and body of street sweeper shall be maintained in good condition with no visible rust or body damage. Vehicle engines shall be routinely maintained as to insure a high level of service during street sweeping operations and must comply with all State or California Department of Motor Vehicles CAL-OSHA and all other applicable codes required by the State, County and City.

The street sweeper or any relief sweeper used to perform this Contract work shall:

A. Be a standard full size motorized sweeper.

B. Be a Tymco 600 regenerative air sweeper, or industry equivalent, with dual gutter brooms, left and right.

C. Age of Equipment – All sweepers assigned to the City of Murrieta Project shall be no more than five (5) model years old.

D. Be maintained in top running condition, including arriving clean for each daily schedule.

E. The Contractor will not be permitted to drain, washout, or clean hopper into any gutter, , public street, alley or City owned parking lot.

The street sweeper or any relief sweeper shall be equipped with the following:

A. Amber/ LED dome lights.

B. DMV night traveling amber/LED side, rear, and top lights.

C. An on-board floating hydrant water meters and Contractor is responsible for securing meter(s) from appropriate water agency(ies) dependent on location of hydrants that water is drawn from. The City is served by four different water districts.

D. Dual side gutter brooms having no less than 6-inch long bristles. Keep Pick-Up head curtain functional.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

E. A set of road trouble fluorescent triangles.

F. The sweeper shall also be identifiable with the company name on each side along with Contractor’s office telephone number.

G. All street sweepers shall conform to the most current AQMD regulations.

H. Adequate water systems for control. The Contractor is required to utilize water for all sweeping operations under this Contract. When using water, all nozzles will be operational and in use.

I. Automatic vehicle location device (vehicle location and management system [e.g., global positioning system]).

J. Every street sweeper shall have back-up camera and collision avoidance technology.

K. Loss of Hydraulic Pressure – All street sweepers shall have the ability to detect a drop in hydraulic air pressure with an on-board automatic shut-off device.

IV. GLOBAL POSITIONING EQUIPMENT AND SOFTWARE

A. The Contractor shall provide automatic vehicle location device (vehicle location and management system [e.g., GPS]) on all street sweeper units, including subcontractors. This device shall be placed on all sweeping equipment assigned to the City of Murrieta Project at the Contractor’s cost.

B. The Contractor shall provide associated easy to use, cloud based software programs, which will report all street sweeping activity and is accessible from web browsers on a variety of desktop, laptop and mobile devices. The associated software shall be provided at no cost to the City including monthly monitoring charges. The Contractor shall provide software and licensing for a minimum of three (3) City users.

C. Software shall be capable of demonstrating real-time location, speed and path of travel of equipment equipped with GPS systems. Software shall be capable of recording and printing daily activity logs indicating actual miles traveled, ground speed of equipment, the location of equipment at any given time and any other information that is suitable for documenting actual work performed by the Contractor under this agreement. System will retain information for a minimum of 180 days.

D. The Contractor shall have a tachograph system to backup GPS in the event of a system failure and shall submit an initialed tachograph chart for any period of work with the monthly invoice for any day of work that the GPS system is non-operational. Records should be retained for a minimum of 180 days.

E. The Contractor shall provide adequate training on an annual basis for City staff in the operation and use of this system and allow City of Murrieta Public Works Maintenance division employees access to log-in from any web browser.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES F. Should any GPS device fail, or need repair, the Contractor shall immediately report that the GPS is inoperative to the City. If the Contractor’s software or monitoring website fails, the Contract Administrator shall immediately notify the City. The Contractor shall repair any non- operational portion of the system within two (2) business days or liquidated damages will be deducted from payments due the Contractor for each twenty-four (24) hour period, or portions thereof, that the system is unavailable to the City.

V. STREET SWEEPING SPEED

Street sweepers shall be operated at speeds no greater than sweeper manufacturer’s recommended speed limit, which shall be agreed to prior to the selected contractor commencing operations. Speeds will be periodically tracked by City staff as indicated on tachograph or Global Positioning System charts, covered hereinafter. Reviews by the City shall be made of all tachograph or Global Positioning System charts to check sweeping start – stop times, miles swept, and sweeping speeds. If at any time the City determines the sweeping speed has exceeded the agreed upon speed, the Contract Administrator may require the Contractor to re- sweep any part of, or the entire sweeping route in question at no additional cost to the City.

VI. EQUIPMENT MALFUNCTIONS

The equipment operator shall immediately stop in the event of equipment spillage such as a spillage of gasoline, diesel, motor oil, engine coolant, or hydraulic oil. Street Sweeper operator/ driver shall carry equipment and materials necessary, (with the exception of kitty litter products), to properly dispose of spilled material such that it does not reach the storm water system. A call for assistance must be made and the area cleaned within two hours. Failure to affect a proper cleanup will result in the City responding with City personnel and equipment and/or contractors for hazardous materials handling. Any and all cleanup costs will be deducted from the next invoice to be paid. On the day of any spill due to street sweeper malfunction, the street sweeper operator is to pressure wash and recover (i.e. vacuum water used) the area of the spill. Contractor shall be responsible for any damage caused by spillage including damage to City streets or storm drain system and private property.

VII. WORKING HOURS

All sweeping activities in residential areas shall be completed between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday unless the Public Works Maintenance Manager, or their designee, gives prior approval. Sweeping on arterial streets and City owned parks and facility parking lots must be completed between the hours of 9:00 p.m. and 7:00 a.m., so as to not interfere with typical hours of operations for those facilities and parks.

Street sweeping adjacent to schools should be avoided during school student drop-off and pick- up times, which may vary. The Contractor is responsible for determining those hours and providing instruction to drivers.

VIII. LEVEL OF MAINTENANCE

All work shall be performed in accordance with the highest maintenance standard.

Standards, schedules, and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. Due to different street widths throughout the City, street sweeping may require slower travel speed and/or multiple passes by the sweeper, in

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES many cases, to ensure curb-to-curb coverage of the street. Streets with raised medians (commercial and residential) shall have their curb-gutter perimeter swept, including turnouts and dead zones. Street-grade striped medians shall be swept in their entirety. All deposits within intersections shall be removed as part of the sweeping operations. Each street shall be swept clean to the adjacent property line. Swept clean means minimal debris residual or . Any sweeper used must not blow debris onto private property nor drain water onto the street from the rear hopper. Sweeper shall travel with the direction of traffic at all times.

The Contractor is required to sweep City owned parks and facility parking lots. Contractor is responsible for sweeping everything that is open and allows safe driving around parked vehicles. Contractor will be required to push out corners and around parking bumpers with a broom or electric blower so the sweeper can sweep the debris.

An acceptable alternative to hand sweeping, for locations such as street ends and portions of parking lots, will be considered. Any alternative must be included in this proposal and approved by the Public Works Maintenance Manager.

The Contractor is required to correct deficiencies within the time specified by the City. Re-sweeps of the deficient area will not be billed to the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments.

Non-Sweeping for Inclement Weather. If street sweeping is not performed due to a rain or weather-related event, then the Contractor shall deduct from the monthly invoice the cost per route for each non-sweeping day for that month. Non-sweeping days due to a City Holiday or if City requests Contractor not to sweep on a regularly scheduled street sweeping day, are not to be deducted from the monthly invoice.

If, in the judgment of the City, the level of maintenance is less than that specified herein (including but not limited to: excessive speed leading to insufficient cleaning of the streets and gutters, not using water creating dust, worn out pick-up head skirts blowing dust, our of adjustment/worn out BAH brooms, etc.), the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard.

Liquidated Damages and Deductions

Citywide street sweeping services require a high level of dependable, reliable and comprehensive service throughout the City of Murrieta. Should the Contractor perform these services at an unsatisfactory level or not at all, then the City will impose liquidated damages or invoice deductions for non-performance and/or not meeting the maintenance of effort required to perform the scope of services under the contract. The following list of items may result in the imposition of liquidated damages or invoice deductions after the third (3rd) violation within three-month non- rolling period. For the first violation, the City will notify Contractor by informal email to the Contractor Project Administrator and for the 2nd violation, the City will send a formal letter to the Contractor informing them of the violation and the next one will be subject to liquidated damages and/or invoice deductions.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

Liquidated Damage or Performance Failure Penalty or Deduction

GPS Technology Failure On the 3rd violation of a quarter, $100/per day

Excessive speeding during Speed % over allowed speed equals % sweeping operations (i.e.-brooms deducted from daily route cost down)

Failure to sweep route, or portion of Deduction of actual daily route costs, plus 20% route penalty per route day

Sweeper equipment failure On the 3rd violation of a quarter, 10% deduction per equipment route day

City reserves the right to add additional items to the list until contract awarded.

IX. RECORDS AND SCHEDULE

The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees.

The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Public Works Maintenance Manager at the same time the monthly invoice is submitted to the City. This report should also contain a description of work performed, including staff hours, equipment, and any additional work, which the contractor deems to be beyond the scope of the contract. Payment for this work will not be authorized unless the additional work and the costs thereof are first approved by the City. A phone log will be submitted monthly of all calls from the City of Murrieta to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call.

The Contractor shall permit the City to inspect and audit its books and records regarding City- provided services at any reasonable time.

X. WATER

The City of Murrieta is serviced by four separate water districts. It will the responsibility of the Contractor to establish, maintain and pay all service fees for floating hydrant meter(s) and understand the boundaries of each district and the rules and regulations governing the use of the hydrant meters. All fees, deposits or fines shall be paid by the Contractor.

XI. DISPOSAL

Disposal of sweeping debris at the Public Works Corporation Yard will be permitted. The City will be responsible for disposal fees.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES XII. EMERGENCY SERVICES

The Contractor will provide the City with names and telephone numbers of at least two qualified persons who can be called by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Murrieta. These Contractor representatives shall respond to said emergency within sixty (60) minutes from receiving notification.

XIII. CONTRACTOR’S OFFICE

Contractor is required to maintain an office within a one (1) hour response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by radio or cell phone. Contractor shall have a maximum response time of sixty (60) minutes to all emergencies.

XIV. SUPERVISION OF CONTRACT

All work shall meet with the approval of the City of Murrieta Public Works and Engineering Department. There shall be a minimum of one quarterly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A status report of activities performed, maintenance issues addressed by the Contractor, and maintenance requests (example: tree trimming along routes or other potential hazards) by the Contractor will be submitted in writing to the City on a monthly basis.

Any specific problem area which does not meet the conditions of the specifications set forth herein shall be called to the attention of the Contractor and if not corrected, payment to the Contractor will not be made until condition is corrected in a satisfactory manner as set forth in the specifications.

XV. CORRESPONDENCE

All correspondence shall be addressed to Jason Morrell, Public Works Maintenance Manager, City of Murrieta Public Works Division, 1 Town Square, Murrieta, CA 92562.

XVI. SPECIFICATIONS

This Description of Project is intended to cover all labor, material and standards of workmanship to be employed in the work called for in this work plan or reasonably implied by terms of same. Work or materials of a minor nature which may not be specifically mentioned, but which may be reasonably assumed as necessary for the completion of this work, shall be performed by the Contractor as if described in the specifications.

XVII. PROFESSIONAL LICENSES, PERMITS, ETC.

Contractor represents and warrants to the City that he/she has, and will keep in effect at all times during the term of a contract with the City, all licenses, permits, professional qualifications, and approvals of whatever nature that are legally required to practice his/her trade. Compliance with any and all AQMD regulations is necessary as well. Confirmation of compliance with AQMD regulations must be contained in the proposal.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

XVIII. WORKMANSHIP AND SUPERVISION

The Contractor shall provide sweeper operators and equipment sufficient to complete the work as specified herein. All workers are to be legally documented. The City may request these records.

Work shall be performed by competent and experienced operators. All employees must have the appropriate class of driver's license for the type of equipment they are operating.

The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors, foremen and operators must communicate effectively, both in written and oral English. Any order given to these supervisors, foremen or operator shall be deemed as delivered to the Contractor.

All personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Public Works Maintenance Manager or designee. All personnel shall wear identification badges or patches.

Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor.

XIX. COMPLAINT RESOLUTION

Contractor shall endeavor to maintain good public relations at all times. The work shall be conducted in a manner, which will cause the least possible interference and annoyance to the public. The contractor shall be responsible to see that private property and vehicles at work locations are not endangered or damaged during the course of work. Contractor shall resolve all complaints from the public, or City staff, in a timely manner, and report all complaints and resolutions back to City staff.

XX. EQUIPMENT

All vehicles and equipment used in conjunction with the work shall be maintained in a neat, clean, and orderly manner and shall be in good working order. The Public Works Maintenance Manager, or his authorized agent, may reject any vehicle or piece of equipment and order it removed from the service area(s). Vehicles and equipment must meet all current federal, State, and AQMD regulations. Contractor vehicles used within this contract shall, at all times, bear identification signs that the contractor is performing services for the City. The Public Works Maintenance Manager shall approve these signs prior to installation by the contractor.

AQMD Rule 1186.1 requires that any governmental agency that contracts for sweeping services to seek bids from companies using alternative-fuel sweepers. XXI. SAFETY REQUIREMENT

All work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable, comply with all safety standards required by CAL-OSHA. The Public Works Maintenance Manager reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance of the work under this contract.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES The Contractor shall maintain all service areas free of hazards to persons and/or property resulting from his/her operations. Any hazardous condition noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the Public Works Maintenance Manager.

XXII. LIABILITY FOR DAMAGES

The contractor shall be fully responsible for any and all damage done to City or private property, equipment, or other property of the public premises that result from the Contractor's operations under this contract.

The Contractor may insure the equipment, materials, and work to cover Contractor's interest in the same. The City will not, under any circumstances, be answerable or accountable for any loss or damage that may happen to said equipment, materials and work, or any part or parts thereof, used and employed in fully completing the contract.

Contractor shall indemnify and hold harmless the City, its City Council, boards, commissions, officers, agents, servants and employees from and against any and all claims and losses whatsoever, including reasonable attorney's fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies in connection with the services, work or activities conducted or performed by Contractor pursuant to a mutual contract.

XXIII. ADVERTISING

No advertising of any kind or description, bill posters, printed, painted, or by the use of any other method application legible to human sight, shall appear on any equipment, buildings, structures, fences, canopies, posts, or signs except valid and authorized legal notices required to be placed thereon and except as may he specifically authorized in these general conditions.

XXIV. TERM OF CONTRACT

Unless earlier terminated as allowed for in the Agreement, contract term shall be for a period of five (5) years. The term is intended to commence in July 2021, after City Council approval of this contract, and upon receipt and approval of all required bonds and insurance.

The term of this Agreement may be extended for an additional five (5) year option term, for a total of ten (10) years. Unless the City notifies Contractor in writing at least ninety (90) days before the end of the initial term of its intent to terminate the Agreement at the conclusion of the initial term, then the City intends to extend the Agreement for the additional five-year period. This assumes the City and Contractor reach an Agreement on the terms and conditions of the extension of the initial term. Time is of the essence in the performance of services under this Agreement.

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

Exhibit A

Draft Agreement

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

AGREEMENT BETWEEN THE CITY OF MURRIETA AND [Name]

This Agreement (“Agreement”), made this [Enter the day.] day of [Enter the month.], 20[Enter the year.], by and between the CITY OF MURRIETA, a Municipal Corporation, duly organized and existing under and by virtue of the laws of the State of California ("CITY"), and [Name.], a California [Title.] ("CONTRACTOR") with reference to the following facts which are acknowledged by each party as true and correct:

RECITALS

A. CITY is a general law city, formed and existing pursuant to the provisions of the California Government Code.

B. CITY is authorized to enter into CONTRACTOR agreements under the provisions of California Government Code section 53060.

C. CITY desires or is in need of street sweeping services.

D. CONTRACTOR has special knowledge, experience and facilities for accomplishing the above services.

E. CITY now desires to retain CONTRACTOR to accomplish the above services, and CONTRACTOR is willing to be so retained pursuant to the terms and conditions of this Agreement.

AGREEMENT

NOW, THEREFORE, it is agreed by and between the parties as follows:

OPERATIVE PROVISIONS

1. RESPONSIBILITIES OF CONTRACTOR

1.1 CONTRACTOR shall undertake to carry on the scope of services as listed in the attached Scope of Services (refer to Exhibit “A”), which is attached to and made a part of this Agreement. To the extent the provisions of Exhibit “A” are ambiguous in relation to the provisions of this Agreement, inconsistent with the provisions of this Agreement, or expand upon the provisions of this Agreement, the provisions of this Agreement shall take precedence and the provisions of Exhibit “A” shall not apply. These duties may be adjusted from time to time as agreed upon in writing by CONTRACTOR and CITY. Any additional services authorized by CITY shall be subject to all terms and conditions of this Agreement, except as modified in writing in accordance with Section 24.

1.2 Representations. CONTRACTOR will perform the services set out in this Agreement, as contemplated herein, in an efficient, timely, and professional manner, and in accordance with generally accepted standards for performing similar services. It is understood that CITY, in entering into this Agreement, is relying on CONTRACTOR’s representations for quality and professional work performed in a timely manner, and CONTRACTOR shall perform in accordance with those representations and standards.

CONTRACTOR Agreement Murrieta Form 04/10

1.3 Monthly Written Reports. The Project Manager of CONTRACTOR shall prepare and submit to the designated CITY representative a monthly written report specifying the activities of CONTRACTOR pursuant to this Agreement. CONTRACTOR shall prepare the monthly written report in a format acceptable to the CITY. CONTRACTOR shall submit the monthly written report to the CITY by the second Friday of each month.

2. ADMINISTRATION OF AGREEMENT

2.1 CITY appoints its City Manager, or his designee, to administer CITY’s rights under this Agreement, and to review the work performed by CONTRACTOR pursuant to the scope of services.

2.2 CONTRACTOR shall keep the City Manager, CITY’s representative, or his designee or designees, fully informed as to the progress of the work and shall submit to CITY such oral and written reports as CITY may specify.

2.3 This Agreement shall be administered on behalf of the parties hereto, and any notice desired or required to be sent to a party hereunder shall be addressed, as follows:

For CITY: Robert Moehling Director of Public Works/City Engineer Address: City of Murrieta One Town Square

Murrieta, CA 92562 Phone: (951) 461-6010 Facsimile: (951) 461-6430

For CONTRACTOR: [Name.] [Address.] CONTRACTOR: [Address.] Address: [Address.] [Address.] Phone: [(999) 999-9999.] Facsimile: [(999) 999-9999.]

3. TERM

3.1 The term of this Agreement shall be from July 1, 2021, until June 30, 2026, with a single additional five (5) year option term. Annual renewals will be granted based on satisfactory performance and mutual agreement between CONTRACTOR and the CITY.

3.2 Time is of the essence for this Agreement and each provision of this Agreement, unless otherwise specified in this Agreement.

4. PAYMENT TO CONTRACTOR

4.1 Consideration. CITY agrees to pay and CONTRACTOR agrees to receive and accept the prices set forth in the proposal as full compensation on a monthly basis for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall

2

cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance, including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work.

Contract price shall be adjusted in writing at the beginning of the fiscal year after the conclusion of the initial two (2) years of the first five (5) year term; and thereafter biennially. The amount shall not exceed three percent (3%) of change in the Consumer Price Index for All Urban Consumers (CPI-U) in the Riverside-San Bernardino-Ontario, CA metropolitan area published monthly by the U.S. Bureau of Labor Statistics. The March report, normally published in April, shall be used for this purpose. Proposed contract price increase schedule:

Contract Price Increase Effective Based on CPI-U Report July 1, 2023 March 2023 July 1, 2025 March 2025 July 1, 2027 March 2027 July 1, 2029 March 2029

4.2 Additional Services. If CITY desires any additional services (“Additional Services”), CONTRACTOR may, upon written request by the CITY, furnish a proposal including an itemized statement of the estimated cost of the Additional Services thereof, and the CITY may modify or alter the proposal, or may reject the proposal in its entirety, at its sole discretion, or may direct the submission of a new proposal which may be accepted, altered or rejected. Upon the written approval of any Additional Services including costs by CONTRACTOR and CITY, CONTRACTOR shall perform the Additional Services and CITY will pay to CONTRACTOR the cost of the Additional Services as agreed in writing. All money due for Additional Services shall be supported by a detailed statement of CONTRACTOR showing the basis of said claims, and certified by proper officers of CONTRACTOR.

4.3 Payments. Payment of CONTRACTOR’s fee shall be made in accordance with CITY’s normal schedule for issuance of checks. CONTRACTOR agrees and acknowledges that it is CONTRACTOR’s sole responsibility to report as income all compensation received from CITY, and to make the requisite tax filings and payments to the appropriate federal, state and local tax authorities.

The closure date for the purpose of making payments will be the last day of each month. CONTRACTOR shall prepare the approximate measurement of the work performed through the closure date and submit it to CITY for approval by the tenth (10th) day of the following month. Payments will be withheld pending receipt of any outstanding reports required by the Contract Documents.

5. STATUS OF CONTRACTOR

5.1 Independent Contractor. It is understood and agreed that CITY is interested only in the results obtained from service hereunder and that CONTRACTOR shall perform as an independent contractor with sole control of the manner and means of performing the services required under this Agreement. CONTRACTOR shall complete this Agreement according to its own methods of work which shall be in the exclusive charge and control of CONTRACTOR and which shall not be subject to control or supervision by the CITY, except as to the results of the

3

work. CONTRACTOR is, for all purposes arising out of this Agreement, an independent contractor, and neither CONTRACTOR, nor its employees, agents and representatives shall be deemed an employee of the CITY for any purpose.

5.2 Employee Benefits. CONTRACTOR shall be responsible for all salaries, payments, insurance and benefits for all of its officers, agents, representatives and employees in performing services pursuant to this Agreement. It is expressly understood and agreed that CONTRACTOR and its employees, agents, and representatives shall in no event be entitled to any CITY benefits to which CITY employees are entitled, including, but not limited to, overtime, retirement benefits, insurance, vacation, worker's compensation, sick or injury leave or other benefits.

5.3 Workers' Compensation Insurance. CONTRACTOR agrees to procure and maintain in full force and effect Workers' Compensation Insurance covering its employees and agents while these persons are participating in the activities hereunder, as provided in Section 6.1.2 of this Agreement.

6. INSURANCE

CONTRACTOR shall not begin the services under this Agreement until it has: (a) obtained, and upon the CITY's request, provided to the CITY, insurance certificates reflecting evidence of all insurance, including a copy of the Declarations and Endorsement Page as required in this Section 6; however, CITY reserves the right to request, and CONTRACTOR shall submit, complete copies of any policy upon reasonable request by CITY; (b) obtained CITY approval of each company or companies as required by Section 6; and (c) confirmed that all policies contain the specific provisions required in Section 6.

6.1 Types of Insurance. At all times during the term of this Agreement, CONTRACTOR shall maintain insurance coverage as follows:

6.1.1 Commercial General Liability. Commercial General Liability (CGL) Insurance written on an occurrence basis to protect CONTRACTOR and CITY against liability or claims of liability which may arise out of this Agreement in the amount of Two Million Dollars ($2,000,000) per occurrence and subject to an annual aggregate of Four Million Dollars ($4,000,000). There shall be no endorsement or modification of the CGL limiting the scope of coverage for either insured vs. insured claims or contractual liability. General liability coverage can be provided in the form of an endorsement to the CONTRACTOR’s insurance (at least as broad as ISO Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37).

6.1.2 Workers' Compensation. For all of CONTRACTOR’s employees who are subject to this Agreement and to the extent required by applicable state or federal law, CONTRACTOR shall keep in full force and effect a Workers' Compensation policy. That policy shall provide employers' liability coverage as required by applicable state and/or federal Workers’ Compensation laws, and CONTRACTOR shall provide an endorsement that the insurer waives the right of subrogation against the CITY and its respective elected officials, officers, employees, agents and representatives. In the event a claim under the provisions of the California Workers' Compensation Act is filed against CITY by a bona fide employee of CONTRACTOR participating under this Agreement, CONTRACTOR agrees to defend and indemnify the CITY from such claim.

4

6.1.3 Professional Liability. For all of CONTRACTOR’s employees who are subject to this Agreement, CONTRACTOR shall keep in full force and effect Professional Liability coverage for professional liability with a limit of Two Million Dollars ($2,000,000) per claim and Four Million Dollars ($4,000,000) annual aggregate. CONTRACTOR shall ensure both that: (1) the policy retroactive date is on or before the date of commencement of services under this Agreement; and (2) the policy will be maintained in force for a period of four years after termination of this Agreement or substantial completion of services under this Agreement, whichever occurs last. CONTRACTOR agrees that for the time period defined above, there will be no changes or endorsements to the policy that increase the CITY's exposure to loss.

6.1.4 Automobile Liability: Insurance Services Office Form Number CA 0001 covering, Code 1 (any auto), or if CONTRACTOR has no owned autos, Code 8 (hired) and 9 (non-owned), with limit no less than $2,000,000 per accident for bodily injury and property damage.

6.2 Insurer Requirements. All insurance required by express provision of this Agreement shall be carried only by responsible insurance companies that are rated “A-” and “V” or better by the A.M. Best Key Rating Guide, and are licensed to do business in the State of California. CITY will accept insurance provided by non-admitted “surplus lines” carriers only if the carrier is authorized to do business in the State of California.

6.3 Deductibles. All deductibles on any policy shall be the responsibility of CONTRACTOR and shall be disclosed to CITY at the time the evidence of insurance is provided.

6.4 Specific Provisions Required. Each policy required under this Section 6 shall expressly provide, and an endorsement shall be submitted to CITY, that: (a) the policies are primary and non-contributory to any insurance that may be carried by CITY; and (b) CITY is entitled to thirty (30) days’ prior written notice (10 days for cancellation due to non-payment of premium) of cancellation, material reduction, or non-renewal of the policy or policies. Additionally, the CGL policy shall expressly provide, and an endorsement shall be submitted to CITY, that the City of Murrieta and its respective officers and employees are additional insureds under the policy.

6.5 Indemnity Not Limited by Insurance. CONTRACTOR’s liabilities, including, but not limited to, CONTRACTOR’s indemnity and defense obligations under this Agreement, shall not be deemed limited in any way to the insurance coverage required herein. Maintenance of specified insurance coverage is a material element of this Agreement, and CONTRACTOR’s failure to maintain or renew coverage or to provide evidence of renewal during the term of this Agreement may be treated as a material breach of contract by CITY.

6.6 Special Risks or Circumstances: CITY reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.

7. AUDIT AND INSPECTION OF RECORDS

At any time during CONTRACTOR’s normal business hours and as often as CITY may deem necessary, and upon reasonable notice, CONTRACTOR shall make available to CITY, or

5

any of its duly authorized representatives, for examination, audit, excerpt, copying or transcribing, all data, records, investigation reports and all other materials respecting matters covered by this Agreement. CONTRACTOR will permit CITY to audit and to make audits of all invoices, materials, payrolls, records of personnel and other data related to all matters covered by this Agreement. All material referenced in this Section, including all pertinent cost accounting, financial records, and proprietary data, must be kept and maintained by CONTRACTOR for a period of at least four (4) years, or for the period required by law, whichever is greater, after completion of CONTRACTOR’s performance hereunder, unless CITY’s written permission is given to dispose of same prior to that time.

8. CONFIDENTIALITY AND USE OF INFORMATION

8.1 Except as otherwise provided by law, all reports, communications, documents and information obtained or prepared by CONTRACTOR respecting matters covered by this Agreement shall not be published without prior written consent of City Manager or his designees, nor shall CONTRACTOR issue any news releases or publish information relating to its services hereunder without the prior written consent of the City Manager. CONTRACTOR shall hold in trust for the CITY, and shall not disclose to any person, any confidential information. Confidential information is information which is related to the CITY's research, development, trade secrets and business affairs, but does not include information which is generally known or easily ascertainable by nonparties through available public documentation.

8.2 CONTRACTOR shall advise CITY of any and all materials used, or recommended for use, by CONTRACTOR to achieve the project goals that are subject to any copyright restrictions or requirements. In the event CONTRACTOR shall fail to so advise CITY and, as a result of the use of any programs or materials developed by CONTRACTOR under this Agreement, CITY should be found in violation of any copyright restrictions or requirements, CONTRACTOR agrees to indemnify and hold harmless CITY against any action or claim brought by the copyright holder.

8.3 Ownership of Records. All records created by the CONTRACTOR shall become the property of the CITY and shall be subject to state law and CITY policies governing privacy and access to files. The CITY shall have access to and the right to examine all books, documents, papers and records of the CONTRACTOR involving transactions and work related to this Agreement. The CONTRACTOR shall retain all copies of records for a period of five (5) years from the date of final payment.

9. NOTICE

All notices or demands to be given under this Agreement by either party to the other shall be in writing and given either by: (a) personal service, (b) by U.S. Mail, mailed either by certified mail, return receipt requested, with postage prepaid and addressed to the party to whom the notice is directed, or (c) via facsimile transmission (with proof of confirmation by sender). Service shall be considered given when received if personally served or, if mailed, two days after deposit in the United States Mail by certified mail, return receipt requested. The address to which notices or demands may be given by either party may be changed by written notice given in accordance with the notice provisions of this section. At the date of this Agreement, the addresses of the parties are as set forth in Section 2 above.

10. TERMINATION FOR CAUSE

6

10.1 CITY may terminate this Agreement upon giving of written notice of intention to terminate for cause. Cause shall include: (a) a material violation of any of the covenants, agreements, or stipulations of this Agreement by CONTRACTOR, (b) CONTRACTOR, through any cause, failing to fulfill in a timely and proper manner its obligations under this Agreement, (c) any act by CONTRACTOR exposing CITY to liability to others for personal injury or property damage, or (d) if CONTRACTOR is adjudged bankrupt, CONTRACTOR makes a general assignment for the benefit of creditors, or a receiver is appointed on account of CONTRACTOR’s insolvency. Written notice by CITY of termination for cause shall contain the reasons for such intention to terminate and shall specify the effective date thereof. Unless prior to the effective date of the termination for cause the condition or violation shall cease, or satisfactory arrangements for the correction thereof be made, this Agreement shall cease and terminate on the effective date specified in the written notice by CITY.

10.2 In the event of such termination, CONTRACTOR shall be paid the reasonable value of satisfactory services rendered up to the date of receipt of the notice of termination in accordance with this Agreement, less any payments theretofore made, as determined by CITY, not to exceed the amount payable herein, and CONTRACTOR expressly waives any and all claims for damages or compensation arising under this Agreement in the event of such termination, except as set forth herein.

11. TERMINATION FOR CONVENIENCE OF CITY

11.1 CITY may terminate this Agreement at any time and for any reason by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof, at least fifteen (15) days prior to the effective date.

11.2 If the Agreement is terminated as provided in this Section, CONTRACTOR shall be entitled to receive compensation for any satisfactory work completed up to the receipt by CONTRACTOR of notice of termination, less any payments theretofore made and not to exceed the amount payable herein, and for satisfactory work completed between the receipt of notice of termination and the effective date of termination pursuant to a specific request by CITY for the performance of such work.

12. PERFORMANCE AFTER TERMINATION

Upon termination of this Agreement as provided herein, CONTRACTOR shall, within such reasonable time period as may be directed by City Manager, complete those items of work which are in various stages of completion and which City Manager determines are necessary to be completed by CONTRACTOR to allow the project to be completed in a timely, logical, and orderly manner. Upon termination, all finished or unfinished documents, data, studies, surveys, drawings, models, photographs, reports, and other materials prepared by CONTRACTOR shall be delivered to the City Manager, upon his request, as property of CITY.

13. DEFENSE AND INDEMNIFICATION

13.1 CONTRACTOR shall, to the fullest extent permitted by law, hold harmless, protect, defend (with attorneys approved by CITY) and indemnify the CITY, its council, and each member thereof, its officers, agents, employees, representatives, and their successors and assigns, from and against any and all losses, liabilities, claims, suit damage, expenses and costs including reasonable attorney's fees and costs, and expert costs and investigation expenses (“Claims”), which arise out of or are in any way connected to the performance under this Agreement or any

7

negligent or wrongful act or omission by CONTRACTOR, its officers, employees, representatives, subcontractors, or agents regardless of whether or not such claim, loss or liability is caused in part by a party indemnified hereunder. CONTRACTOR shall have no obligation, however, to defend or indemnify CITY if it is determined by a court of competent jurisdiction that such Claim was caused by the sole negligence or willful misconduct of CITY.

13.2 General Indemnity Provisions. This indemnity is in addition to any other rights or remedies which CITY may have under the law or this Agreement. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, CITY may, at its sole discretion, reserve, retain or apply any monies due to CONTRACTOR under this Agreement for the purpose of resolving such claims; provided however, that CITY may release such funds if CONTRACTOR provides CITY with reasonable assurances of protection of the CITY's interest. The CITY shall, in its sole discretion determine whether such assurances are reasonable.

CONTRACTOR agrees that its duty to defend the indemnities arises upon an allegation of liability based upon the performance of services under this Agreement by CONTRACTOR, its officers, agents, representatives, employees, sub-CONTRACTORs, or anyone for whom CONTRACTOR is liable and that an adjudication of CONTRACTOR's liability is not a condition precedent to CONTRACTOR's duty to defend.

14. CONFLICT OF INTEREST

14.1 CONTRACTOR shall be bound by the requirements of the FPPC (Fair Political Practice Commission) and state law with regard to disclosure of financial interests and prohibited conflicts of interest.

14.2 Prior to execution of this Agreement, CONTRACTOR shall disclose in writing to CITY any and all compensation, actual or potential, which CONTRACTOR may receive in any form from a party other than CITY as a result of performance of this Agreement by CONTRACTOR. If CONTRACTOR becomes aware of the potential for such compensation subsequent to the execution of this Agreement, CONTRACTOR shall disclose such compensation within three (3) working days of becoming aware of the potential for such compensation.

14.3 Prior to or concurrent with making any recommendation of any products or service for purchase by the CITY, CONTRACTOR shall disclose any financial interest that CONTRACTOR may have in any manufacturer or provider of the recommended products or services. The term “financial interest” includes, but is not limited to, employment (current or prospective) or ownership interest of any kind and degree.

14.4 CONTRACTOR shall not conduct business for third parties which may be in conflict with CONTRACTOR’s responsibilities under this Agreement. CONTRACTOR may not solicit any business during the term of this Agreement which conflicts with its responsibilities under this Agreement. CONTRACTOR shall provide no services for any private client within the corporate boundaries or sphere of influence of CITY during the period of this Agreement which may constitute a conflict of interest.

15. ASSIGNMENT

No portion of this Agreement or any of the work to be performed hereunder may be assigned or delegated (including hiring and retaining use of any other person or entity for any

8

purpose, except for those certain sub-CONTRACTORs specifically included in the attached “Scope of Services”) by CONTRACTOR without the express written consent of CITY, nor may any interest in this Agreement be transferred (whether by assignment or novation) by CONTRACTOR without the express written consent of CITY, and without such consent all services hereunder are to be performed by CONTRACTOR, its officers, agents and employees. However, claims for money due or to become due to CONTRACTOR from CITY under this Agreement may be assigned to a bank, trust company, or other financial institution without such approval. Notice of such assignment or transfer shall be furnished promptly to CITY. Any assignment requiring approval may not be further assigned without CITY approval.

16. SURVIVAL

CONTRACTOR’s representations, insurance and indemnity obligations, and performance obligations post-termination shall survive termination of this Agreement.

17. COMPLIANCE WITH APPLICABLE LAWS

CONTRACTOR agrees to comply with all federal, state and local laws, rules, regulations and ordinances that are now or may in the future become applicable to CONTRACTOR, CONTRACTOR’s business, equipment and personnel engaged in activities covered by this Agreement or arising out of the performance of such activities.

18. PERMITS/LICENSES

CONTRACTOR and all of CONTRACTOR’s employees or agents shall secure and maintain in force such permits and licenses as are required by law in connection with the furnishing of services pursuant to this Agreement.

19. NONDISCRIMINATION IN EMPLOYMENT

CONTRACTOR agrees that it will not engage in unlawful discrimination in employment and shall comply with all applicable laws and regulations of CITY and/or all other relevant government agencies, including, but not limited to, the California Department of Fair Employment and Housing and the Federal Equal Employment Opportunity Commission. Also, CONTRACTOR certifies and agrees that all persons employed by CONTRACTOR, its affiliates, subsidiaries and related entities, if any, will be treated equally by CONTRACTOR, without unlawful discrimination based upon creed, sex, race, national origin, or any other classification prohibited by state or federal law. If CITY finds that any of the provisions of this Section have been violated, such violation shall constitute a material breach of this Agreement, upon which CITY may determine to cancel, terminate, or suspend this Agreement. While CITY reserves the right to determine independently that the anti-discrimination provisions of the Agreement have been violated, in addition, a determination by the California Fair Employment Practices Commission or California Department of Fair Employment and Housing, or successor agency, or the Federal Equal Employment Opportunity Commission, or successor agency, that CONTRACTOR has violated state or federal anti-discrimination laws relative to this Agreement shall constitute a finding by CITY that CONTRACTOR has violated the anti-discrimination provisions of this Agreement.

20. NON-WAIVER

The failure of CITY or CONTRACTOR to seek redress for violation of, or to insist upon,

9

the strict performance of any term or condition of this Agreement shall not be deemed a waiver by that party of such term or condition, or prevent a subsequent similar act from again constituting a violation of such term or condition. Payment to CONTRACTOR of compensation under this Agreement shall not be deemed to waive CITY’s rights or CONTRACTOR’s rights contained in this Agreement.

21. SEVERABILITY

If any term, condition or provision of this Agreement is held by a court of competent jurisdiction to be unenforceable, invalid, or void, the remaining provisions will nevertheless continue in full force and effect and shall not be affected, impaired or invalidated in any way.

22. DISPUTES

In the event that any action is brought by either party to construe this Agreement or enforce any of its terms, the prevailing party shall be entitled to recover its reasonable attorneys’ fees and costs incurred, whether or not the matter proceeds to judgment.

23. REMEDIES

The rights and remedies of the CITY provided in this Agreement are not intended to be exclusive, and are in addition to any other rights and remedies permitted by law.

24. ENTIRE AGREEMENT/AMENDMENT

This Agreement and any exhibits attached hereto constitute the entire agreement between the parties and supersede any prior or contemporaneous understanding or agreement with respect to the services contemplated, and may be amended only by a written amendment executed by both parties to the Agreement.

25. GOVERNING LAW/VENUE

The terms and conditions of this Agreement shall be governed by the laws of the State of California. Any action or proceeding brought by any party against any other party arising out of or related to this Agreement shall be brought exclusively in Riverside County.

26. BINDING AGREEMENT

This Agreement is intended to be binding on the parties and their respective successors and assigns.

27. NUMBER

The plural shall include the singular, and the singular shall include the plural and neuter wherever the context so indicates or requires.

28. WARRANTY OF AUTHORITY

Each of the parties signing this Agreement warrants to the other that it has the full authority of the entity on behalf of which its signature is made.

10

29. COUNTERPARTS

This Agreement may be executed in counterparts, all of which taken together will be considered one original document.

11

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written.

DATED:______CONTRACTOR:

By:______

______Print or type NAME

______Print or type TITLE

______Phone Number

By:______

______Print or type NAME

______Print or type TITLE

______Phone Number

DATED:______CITY OF MURRIETA

By:______Kim Summers, City Manager

APPROVED AS TO FORM:

______Leslie E. Devaney, City Attorney

ATTEST:

______Cristal McDonald, CMC, City Clerk

12

Exhibit B

Statement of Compliance

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

STATEMENT OF COMPLIANCE

The undersigned declares that the Proposal submitted to provide street sweeping services, as described in, and in response to City of Murrieta RFP No. 21-004, was prepared in strict compliance with the instructions, conditions, and terms listed in the RFP, Scope of Services and Draft Agreement, with exceptions listed below, if applicable. At least one box for each item must be checked.

RFP Instructions and Terms & Conditions: ___ No Exceptions Taken ___ Exceptions Taken

Scope of Services: ___ No Exceptions Taken ___ Exceptions Taken

Draft Agreement: ___ No Exceptions Taken ___ Exceptions Taken

If any exceptions are taken, this Statement of Compliance shall include a narrative that identifies each item to which the Proposer is taking exception or is recommending change, including the suggested rewording of the contractual obligations or suggested change in the RFP, and identifies the reasons for submitting the proposed exception or change. When available, please reference specific line item numbers as provided in the RFP. The City reserves the right to rule as non- responsive and reject any Proposals that are not accompanied with the required documentation as described above.

______Signature Date

______Printed Name and Title Name of Proposer

[Attach a separate sheet(s) detailing each exception being taken, if applicable]

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES

Exhibit C

Street Sweeping Map & Schedule

and

Parking Lot List

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES Street Sweeping Schedule- 11 City Facility & City Parks Parking Lot Locations KELLER RD

D

R

D

O

O

W

E

T

I

H

W

D

R

E

P

O

L

E

T

N LINNEL LN

D

A

R

N

I

A

W L E

C

M CLINTON K EI TH RD 3

D

R

S

K

A

O

A I

N R

O F I

L T S A G C E M T U N AS R IS D R B S A L 10 J A H C A K N D S C O R O D 13 N C R H K A S IT V A O E E V M E LA K A N 7 O S T A O D L IN L A M C 4 L D S I 12 R N 17 CA A L R L V C E E E M O D T EL O L O T N N S S RO S RO E Street Sweeping Schedule O O E A V A IA E V HUNTER RD H L E C O 21 N N I G A T W M S W N Monday - 1st & 3rd O A M S E H L IN G T RIN O A P CE 2 VI S N A A Monday - 2nd & 4th V E 18 Y K 5 14 P D R A Y 9 ETA HOT SP Tuesday - 1st & 3rd E MURRI RING IN S R V T D S R E 6 8 T P S I J M A N E I U F A Tuesday - 2nd & 4th M J F R L A E M A R G K D S A A O D A M N IS R S 19 A O I T A T S V N V E A E A M Y V O Wednesday - 1st & 3rd V R T I E N S R J D R T O A E H C P A S E I Y A A K N E V V S U S A O J U E N A G 20 V A Wednesday - 2nd & 4th E T V S E IG F T S M L E Thursday - 1st & 3rd T S 15 A V A U G T S M L E Thursday - 2nd & 4th Friday - 1st & 3rd

T S M L / E Friday - 2nd & 4th

2 1 0 2 Miles Arterial Route Thursday & Friday 2nd & 4th G:\GISData\Departments\PublicWorks\ArcMapDocs_21\StreetSweeping11x17_Update (March 16, 2021) City of Murrieta Parking Lot Locations

Map Reference Location Name Location Address Square Footage 1 Adams Street Parking Lot Adams Ave & Juniper St 15,750 2 Alta Murrieta Sports Park 39775 Alta Murrieta Dr 39,000 3 Blackmore Ranch Park 36012 Numeg St 8,050 4 California Oaks Sports Park 40600 California Oaks Rd 70,000 5 City Hall Front & Back Lots 1 Town Square 97,000 6 Community Center/Hunt Field 41810 Juniper St 80,000 7 Copper Canyon Park 23790 Via Alisol 50,000 8 Firefighters Park 40005 Whitewood Rd 11,250 9 Library 8 Town Square 34,100 10 Los Alamos Hills Sports Park 37000 Ruth Ellen Way 227,000 11 Mapleton Park 28586 Poinsettia St 5,000 12 Mira Mosa Park 29486 Calle Andras 7,800 13 Mountain Pride Park 41086 Mountain Pride Dr 15,000 14 Police Department Front 2 Town Square 27,000 15 PW Yard 41625 Fig St 61,000 16 Senior Center 5 Town Square 52,000 17 Shady Maple Park 29785 Calle Andras 8,400 18 Sykes Ranch Park 24145 Hayes Ave 3,500 19 Torrey Pines Park 39455 Torrey Pines Rd 36,600 20 Vintage Reserve Park 26620 Kingwood Rd 10,680 21 Warm Springs Park & Preserve 39330 Via Temprano 8,700 Exhibit D

Example Cost File

CITY OF MURRIETA RFP 21-004, STREET SWEEPING SERVICES City of Murrieta

Street Sweeping Services Request for Proposal No. 21-004 EXAMPLE ONLY Cost File

Green shaded cells require Contractor data input

Name of Proposer Company A Clean Sweep Super Sweepers

Task/Location Unit Quantity Cost per Unit Once Monthly Twice Monthly Regular Street Sweeping Curb Mile 523 $ 15.0000 $ 7,845.00 $ 15,690.00

City-owned Parking Lots Adams Street Sq Ft 15,750 $ 0.0100 $ 157.50 $ 315.00 Alta Murrieta Sports Park Sq Ft 39,000 $ 0.0100 $ 390.00 $ 780.00 Blackmore Ranch Park Sq Ft 8,050 $ 0.0100 $ 80.50 $ 161.00 California Oaks Sports Park Sq Ft 70,000 $ 0.0100 $ 700.00 $ 1,400.00 City Hall Front & Back Lots Sq Ft 97,000 $ 0.0100 $ 970.00 $ 1,940.00 Community Center/Hunt Field Sq Ft 80,000 $ 0.0100 $ 800.00 $ 1,600.00 Copper Canyon Park Sq Ft 50,000 $ 0.0100 $ 500.00 $ 1,000.00 Firefighters Park Sq Ft 11,250 $ 0.0100 $ 112.50 $ 225.00 Library Sq Ft 34,100 $ 0.0100 $ 341.00 $ 682.00 Los Alamos Hills Sports Park Sq Ft 227,000 $ 0.0200 $ 4,540.00 $ 9,080.00 Mapleton Park Sq Ft 5,000 $ 0.0100 $ 50.00 $ 100.00 Mira Mosa Park Sq Ft 7,800 $ 0.0100 $ 78.00 $ 156.00 Mountain Pride Park Sq Ft 15,000 $ 0.0100 $ 150.00 $ 300.00 Police Department Front Sq Ft 27,000 $ 0.0100 $ 270.00 $ 540.00 PW Yard Sq Ft 61,000 $ 0.0100 $ 610.00 $ 1,220.00 Senior Center Sq Ft 52,000 $ 0.0100 $ 520.00 $ 1,040.00 Shady Maple Park Sq Ft 8,400 $ 0.0100 $ 84.00 $ 168.00 Sykes Ranch Park Sq Ft 3,500 $ 0.0100 $ 35.00 $ 70.00 Torrey Pines Park Sq Ft 36,600 $ 0.0100 $ 366.00 $ 732.00 Vintage Reserve Park Sq Ft 10,680 $ 0.0100 $ 106.80 $ 213.60 Warm Springs Park & Preserve Sq Ft 8,700 $ 0.0100 $ 87.00 $ 174.00

Total Monthly Cost $ 37,586.60

Total Annual Cost $ 451,039.20

Supplemental Special Sweeps (i.e. special event, emergency, traffic accident, etc. Includes staff and all equipment):

Hourly Regular Rate, Normal Workday: $ 62.00 Hourly Overtime (Holidays, Weekends, After 4:00 p.m. Monday - Friday): $ 93.00

Name and Title of Authorized Signatory Sam Sweep

Signature Date 5/1/2021