HomeMy WebLinkAboutA8847 (C) - So Cal Land Maintenance IncNOTICE INVITING BIDS IFB 21-04 RE -BID
TO PROVIDE ROADSIDE AND TRANSIENT MAINTENANCE
BID DUE DATE: TUESDAY, MARCH 30, 2021 — 3:00 P.M.
NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified
contractors to:
Roadside and Transient Maintenance
Provide roadside maintenance cleanup and removal of transient camps throughout the City, retrieval of
abandoned shopping carts, removal of items and debris dumped within the City limits, and maintain seven
(7) assigned street routes located within the City of Palm Springs by policing and litter pick-up to include
the removal of paper, glass, trash, vegetation, and other accumulated debris from City streets, storm drains
and right-of-ways.
Bids will be received until TUESDAY, March 30, 2021 at 3:00 P.M., local time at the Office of Procurement
and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be
publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is
made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand
delivered or mailed to the address above.
Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed
form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the
amount Bid (maximum award value). Such guaranty shall be forfeited should the Bidder to whom the Work
is awarded fail to furnish the required proof of insurance and enter into a Purchase Order Contract with the
City within the period of time provided by the IFB's requirements
The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical
defect in a bid.
The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of
Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that
any Bid sent through the mail, or by any other delivery method, shall have sufficient time to be received by
the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the
Bidder unopened.
Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement
Office by calling (760) 322-8374 or via the Internet at the following address: http://www.palmspringsca.gov
click on "Government", "Departments" and go to "Procurement", "Open Bids".
NOTE: If you downloaded this bid via the internet at the address above, contact Leigh Gileno, Procurement
& Contracting Manager — Acting, via email at Leigh.Gileno@palmspringsca.gov to be placed on the bidders
list for this specific project and provide your company name, contact person, contact email address, office
address, office phone and alternate phone (mobile). Failure to be placed on the bidders list as stated above
may result in not receiving addenda to the IFB. *Note — Being placed on the vendor list for this s ecific
rp oject is a separate process and not the same as registering online in our general vendor database.
Leigh Gileno
Procurement & Contracting Manager, Acting
I; •
INVITATION FOR BIDS RE -BID (IFB 21-04)
BIDDER'S CHECK LIST
GENERAL:
Bidders are advised that notwithstanding any instructions or inferences elsewhere in this
Invitation for Bid, only the documents shown and detailed on this sheet need be submitted with and
made part of their Bid. Other documents may be required to be submitted after Bid time, but prior
to award. Bidders are hereby advised that failure to submit the documents shown and detailed on
this sheet MAY RENDER THE BID NON -RESPONSIVE.
REQUIRED DOCUMENTS FOR BID:
Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not
completely filled out and submitted with the Bid.
NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED.
X Attachment "A" Signature Authorization Page, Page 27 must be signed.
X Attachment "B" Conflict of Interest & Non -Discrimination Certification, Page 28 must be
signed.
X Attachment "C" Public Integrity Disclosure Applicant Disclosure Form, Page 32 must be
signed.
X Bid Proposal page 35, must be manually signed.
X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person
signing the Bid.
X References form, page 36, must be completed.
X Affidavit of Non -collusion by Contractor form, page 37, must be manually signed and
countersigned by a Notary Public.
X All Addenda issued shall be acknowledged in the space provided on Attachment "A", page
27. Failure to acknowledge all Addenda may render your Bid non -responsive.
X Deviations from Specifications: It is understood that the product offered by the Bidder will
meet all requirements of the Specifications in this Invitation for Bids, unless deviations there
from are clearly indicated in an attachment headed "Deviations from Specifications" submitted
and signed by the Bidder's authorized representative. In order for the Bid to be considered,
an explanation must be made for each item in which a deviation is indicated, giving in detail
the extent of, and reason for, the deviation. The City shall determine if a deviation is
acceptable or not.
X Bidder shall submit with their bid full descriptive data, including product specifications, general
drawings (if applicable), brochures, and any other information on the material proposed in this
Invitation and as requested in the detailed Specifications.
.W
CITY OF PALM SPRINGS
IFB 21-04
ROADSIDE AND TRANSIENT MAINTENANCE RE -BID
1. Bids must be submitted on Bid forms supplied by the Procurement and Contracting Office in a
sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number, time and
date of opening.
2. Bids submitted may be withdrawn by written request received before the hour set for the opening.
After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no
time after award of Bid.
3. The City of Palm Springs reserves the right to award to the lowest responsive responsible bidder
or to reject all bids, as it may best serve the interests of the City. Furthermore, the City reserves the
right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time,
agreements of a similar nature, or to reject the Bid of a Bidder who is not in a position to perform
such an agreement satisfactorily.
4. The City reserves the right to reject any or all Bids and to waive any informality or technical defect
in a Bid, as it may best serve the interests of the City. The City also reserves the right to make
such investigations as it deems necessary to determine the ability of the Bidder to perform the Work
and the Bidder shall furnish to the City all such information and data for this purpose as the City
may request. The City reserves the right to reject any Bid if the evidence submitted by or
investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out
the obligations in the bid documents and to complete the Work contemplated therein.
5. The decision of the Palm Springs City Council, or their designee if applicable, will be final. It is
anticipated that City Council, or designee if applicable, will award the bid at their regularly scheduled
meeting following the closing date for receipt of bids.
6. Bidder's signed bid and written acceptance by the City (purchase order) shall constitute an
agreement.
7. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the
terms and conditions set forth in all of the pages which make up this Invitation For Bid.
8. The price quoted by the Bidder in his/her bid shall include any and all applicable sales or use tax
levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise
Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any
other acts of Congress.
9. Bidders may submitg U ONE (1) bid in response to this IFB. You many NOT submit multiple
bids.
10. When discrepancies occur between unit prices and extended amounts the unit prices shall
govern.
11. Bidder will be required to file an Affidavit of Non -Collusion with their Bid. This shall be signed and
sworn before a Notary Public.
ll
12. QUESTIONS: Bidders, their representatives, agents or anyone else acting on their behalf
are specifically directed NOT to contact any city employee, commission member, committee
member, council member, or other agency employee or associate for any purpose related to
this IFB other than as directed below. Contact with anyone other than as directed below
WILL be cause for rejection of a Bid. No questions shall be answered via an addendum until
after the walk through.
AM questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted
IN WRITING and directed ONLY to:
Leigh Gileno — Procurement & Contracting Manager, Acting
Procurement & Contracting Dept.
3200 E. Tahquitz Canyon Way, Palm Springs CA 92263
Or E-mailed to: Leigh.GilenoPpalmspringsca.gov
Or Faxed to: (760) 323-8238
Interpretations or clarifications considered necessary in response to such questions will be
resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is
3:OOP.M.. Local Time. Tuesday. March 23. 2021, Questions received after this date and
time may not be answered. Only questions that have been resolved by formal written Addenda
via the Division of Procurement and Contracting will be binding. Oral and other interpretations
or clarifications will be without legal or contractual effect.
ELEASE--NOTE THAT PALOd SPRINGS CITY HALL IS QLOSED EVERY FRIDAY AND
THEREFORE 1,5 INIQLABLE TO ACCEPT, TIM9 OR DATE STAMP ANY SUBMITTALS/BIDS ON
FRIDAYS (OR WEEKENDS-L PLEASE TAKE THIS INTO CONSIDERATION WHEN
D B DATE AND TIME AS PEFINED IW-THIS
DOCUMENT,
13. Notice of Award: After award of the Bid by the Palm Springs City Council if necessary, a
Notice of Award letter and/or Purchase Order will be issued to the successful Bidder. The
successful Bidder shall provide all Certificates of Insurance, Bonds, if required, within fourteen
(14) calendar days.
14. Business License: The successful bidder will be required to be licensed in accordance with
the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through
3.96, entitled "Business Tax". Awarded vendor must submit copy of City of Palm Springs
Business license with their signed contract.
15. The Bidder agrees that the City has the right to make the final determination as to whether
the materials has been satisfactorily delivered, installed and meets the acceptance criteria as
defined in the Bid documents.
16. Performance: Time is of the essence in the performance of the work. Performance schedule
may be a factor in award of bid and may be cause for rejection as determined by the City.
17. Termination for Default: The City may, by written notice of default to the vendor, terminate
any resulting order in whole or in part should the vendor fail to make satisfactory progress,
fail to deliver within time specified therein or fail to deliver in strict conformance to
specifications and requirements set forth therein. In the event of such termination, the City
reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting
vendor shall be liable for the difference between the prices set forth in the terminated order
and the actual cost thereof to the City. The prevailing market price shall be considered the
fair repurchase price, If, after notice of t�x�mination of this contract under the provisions of this
clause, it's determined for any reason that the Contractor was not in default under the provisions
of this clause, the rights and obligations of the parties shall be the same as if the notice of
termination had been issued pursuant to the Termination for Convenience clause. The rights
and remedies of City provided in this article shall not be exclusive and are in addition to any
other rights and remedies provided by law or under resulting order.
18. Termination for Convenience: The City may, by written notice stating the extent and
effective date terminate any resulting order for convenience in whole or in part, at any time. The
City shall pay the vendor as full compensation for performance until such termination the unit or
pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of
termination, not otherwise recoverable from other sources by the vendor as approved by the
City, with respect to the undelivered or unaccepted portion of the order, provided compensation
hereunder shall in no event exceed the total price. In no event shall the City be liable for any
loss of profits on the resulting order or portion thereof so terminated. The rights and remedies
of City provided in this article shall not be exclusive and are in addition to any other rights and
remedies provided by law or under resulting order.
19. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end
is contingent upon the availability of funding from which payment can be made. No legal
liability shall arise for payment beyond June 30 of the calendar year unless funds are made
available for such performance.
20. Affidavit of Non -Collusion and References: Bidders are required to file an Affidavit of
Non- Collusion with their Bid. This shall be signed and sworn before a Notary Public
with a commission in the State of California. Bidders are also required to provide
References. The forms are included in the Bid package as "Exhibits A and B".
21. Bidder Responsibility: The City of Palm Springs reserves the right to reject the Bid of any
Bidder who previously failed to perform properly, or complete on time, agreements of similar
nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement
satisfactorily.
22. Governing Law: This contract shall be construed and interpreted according to the laws of
the State of California.
23. Bid Bond: Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's
bond on the prescribed form and made payable to the City of Palm Springs for an amount
equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total).
Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish
the required proof of insurance, bonds and enter into a Purchase Order Contract with the City
within the period of time provided by the IFB's requirements.
24. Performance Bond and Insurance: The requirements of a performance bond have been
waived for this project.
25. Payment Bond: Payment/Labor and Materials Bond: The successful Bidder shall furnish
within 14 calendar days after Notice of Award, a Payment/Labor and Materials Bond in the sum
of twenty-five thousand dollars ($25,000.00). The successful Bidder shall maintain the validity
and enforcement of said bond for the duration of the Contract.
26. Local Preference: Pursuant to the City of Palm Springs Local Preference Ordinance 1756,
the term "Local Business" is defined as a vendor, contractor, or Consultant who has a valid
43
physical business address located within the Coachella Valley, at least six months prior to bid
or bid opening date, from which the vendor, contractor, or consultant operates or performs
business on a day-to-day basis, and holds a valid business license by a jurisdiction located in
the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the
south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino
Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes
the cities of Beaumont and Banning and the unincorporated areas between Banning and the
City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose
of establishing such physical address.
In the bidding of, or letting for procurement of, supplies, materials, and equipment, as provided
in Ordinance No. 1756, the City may give a preference to Local Businesses in making
such purchase or awarding such contract in an amount not to exceed five (5%) percent of the
Local Business' total bid price, or $15,000, whichever amount is lower. Total bid price shall
include only the base bid price but also adjustments to that base bid price resulting from
alternates requested in the Solicitation. In order for a Local Business to be eligible to claim
the preference, the business MUST request the preference in the Solicitation response (see
cost proposal pages) and provide a copy of its current business license from a jurisdiction in
the Coachella Valley.
27. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days.
28. It is understood that the services offered by the Bidder will meet all requirements of
the specifications in this Invitation unless deviations therefrom are clearly indicated in an
attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized
representative. In order for the Bid to be considered, an explanation must be made for each
item in which an exception is taken, giving in detail the extent of the exception and the reason
for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations
or exceptions will be approved or accepted.
29. Non -Discrimination Certification: In connection with its performance under this Agreement,
Contractor shall not discriminate against any employee or applicant for employment because
of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (
i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual
orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and
that employees are treated during their employment, without regard to any prohibited basis. As
a condition precedent to City's lawful capacity to enter this Agreement, and in executing this
Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate
any discrimination arising from or related to any prohibited basis in any Contractor activity,
including but not limited to the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship; and further, that Contractor
is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040,
including without limitation the provision of benefits, relating to non-discrimination in city
contracting.
Failure or refusal to enter into an Agreement as herein provided or to conform to any of the
stipulated requirements in connection therewith shall be just cause for an annulment of
the award. If the highest ranked Proposer refuses or fails to execute the Agreement, or
negotiations are not successful, or the agreement is terminated, the City may, at its sole
discretion, enter negotiations with and award the Contract to the second highest ranked
Proposer, and so on.
30. Other Public Agency "Piggyback Clause": It is intended that any other public agency, at the
mutual consent of both parties and consistent with the public agency's policies and procedures,
be permitted to purchase under the terms submitted in response to this procurement. Any
participating agency shall take sole responsibility for the placing of orders, arranging for delivery
and or services, and making payments to the vendor, contractor, or consultant. The City of
Palm Springs will not be liable or responsible for any obligations, including but not limited to
financial responsibility, in connection with the participation by other public agencies.
45
CITY OF PALM SPRINGS IFB 21-04
ROADSIDE AND TRANSIENT MAINTENANCE RE -BID
PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS:
SCOPE OF WORK: Assist the City's Contract Administrator or their designee, and the Palm
Springs Police Department with cleanup and removal of transient camps throughout the City,
retrieval of abandoned shopping carts, removal of items and debris dumped within the City
limits, and maintain seven (7) assigned street routes located within the City of Palm Springs
by policing and litter pick-up to include the removal of paper, glass, trash, vegetation, and
other accumulated debris from City streets, storm drains and right-of-ways. Right-of-ways is
defined as begin 10 feet from the centerline of road to the road edge in both directions. All
routes should be completed one times each, during each ten (10) business day work period.
Perform a city-wide palm frond, tree limb and sand route when directed by the City's Contract
Administrator. The City of Palm Springs, does not allow the use of Glysophates for weed
abatement. All products used within city limits, must be non -toxic.
During normal work hours, respond within thirty (30) minutes to telephone requests from the
City's Contract Administrator or designee to remove debris or vegetation that is located in the
streets or right-of-ways from events such as traffic accidents, illegal dumping, paint, diesel
and oil spills, downed trees or limbs, vegetation, and rain and wind storms, transient camp
cleanup (trash bedding and other personal effects) as directed by City's Contract
Administrator. The Contractor must be prepared to respond to changing work assignments.
(Example: being contacted to stop in the middle of a project or task and redirected to respond
to a request by the Contract Administrator, or their designee, to pick up an abandoned
mattress or appliance, etc., and then immediately return to the previous assignment.)
Contractor shall maintain a log sheet of daily activities, hours worked and the specific locations
of all work activities, which will be turned into the City's Contract Administrator (log sheet will
be provided by the Contract Administrator) at the end of each work shift. All activities, tasks
and duties performed shall be entered into the City's work order system by Contractor
throughout the day, as tasks are completed and GIS locations provided when possible.
Contractor shall provide smart phone, tablet, or similar device capable of entering, viewing,
printing, processing and completing work orders. A cell phone number, for all Supervisors and
Lead Workers is required, as well as full list of Contractors personnel available for emergency
after-hours needs, shall be provided on a quarterly basis. Supervisor and Lead Worker must
be equipped with electric devices capable of receiving work orders, photos and texts issued
by the Contract Administrator.
J. WORK HOURS: Regular work hours consist of 8:00 A.M. to 3:30 P.M. Sunday through
Saturday, unless otherwise modified by Contract Administrator or their designee. Any hours
worked other than the regularly scheduled hours are considered "emergency call -out" hours,
and will be scheduled only at the direction of the Contract Administrator.
Contractor has the right to modify the regular work hours/days upon 30 days written notice
and approval by the Contract Administrator; however, regular work hours will not exceed 8
hours per day or 40 hours per week, per employee
Emergency call -out hours may be necessary in the case of downed trees, storm debris in
right -or -ways, or any condition endangering the safety of the public. The Contractor must
respond to an emergency call -out within one (1) hour. Hours worked on an emergency basis
will be logged on a City provided 'Emergency over time' form, and will be attached on the
Contractor's invoice as "emergency call -out hours".
Contractor shall make Lead Workers available for a weekly meeting with City Contract
Administrator and/or designee. Supervisor and/or Area Manager for Contractor shall be
available for quarterly meetings with City Contractor Administrator and/or designee.
Except in the case of an emergency call -out, there will be no work scheduled on days that the
City is closed for holidays: New Year's Day, Martin Luther King Jr. Day, Presidents Day,
Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after
Thanksgiving, Christmas Eve, and Christmas Day.
K. PERSONNEL: Roadside Maintenance Crews shall consist of a minimum of a two -person
crew with personnel capable of lifting up to 100 lbs. in weight each. Supervisor's and Lead
Workers must be able to understand, read, and write English, possess an appropriate valid
California Driver's License, and copies of valid California state driver's licenses shall be
provided to the City Contract Administrator annually. Any new employees that are tasked with
driving as part of their duties, must provide proof of a valid California state driver's license
within 48 hours of their first scheduled shift. One of the crewmembers will be designated as a
`Lead Worker' for each shift and will be the primary point of contact to receive and implement
instructions. To provide for continuity, rotation of individuals assigned to this program must be
held to a minimum. All employees must have a working knowledge of how to use the
equipment listed below.
L. MINIMUM EQUIPMENT NEEDED: Contractors are expected to own and include in pricing
all hand tools, hand trucks, "Hudson style" compression sprayers, boom trucks, bobcats,
trucks, and any other equipment necessary to provide the services required by this scope of
work. The City will not pay additional equipment fees or rentals.
All vehicles must be Heavy Duty four-wheel drive vehicles equipped with flashing arrow signs
(FAS), and caution beacons. A hauling bed or pull trailer with a capacity no less than 14 feet
long, six feet wide, with side boards at least five feet high is required. Anticipated mileage is
in excess of 2,000 miles per month per vehicle.
Small hand tools including but not limited to: loppers, clippers, hand saws, chainsaws, rakes,
brooms, shovels, pitch forks, weed -eaters, hoes, wheel barrows and all employee safety and
personal protective equipment, are to be provided by Contractor at all times. Leaf blowers
must be battery powered. The City of Palm Springs has banned all gas powered leaf
blowers and violators will be fined.
Contractor is responsible for all traffic control and must meet CalTrans standards and
practices. Each vehicle shall carry adequate traffic control devices such as cones, roadwork
47
signs on barricades and delineators to perform assigned tasks. A minimum of 25 cones with
reflective sleeves, 2 Road Work Ahead signs (36" x 36") on barricades and 2 Lane Closed
Ahead (36" x 36") signs on barricades are required for each truck. Reflective roll up signs that
are 48" x 48" with stands are acceptable.
Minimal required Personal Protective Equipment needed, but not limited too: Class 2 Safety
Vests, puncture proof disposable gloves, leather work gloves, reinforced work boots, safety
glasses/goggles, face shields, dust masks, face coverings, headwear for sun protection, rain
gear and appropriate hearing protection. Contractor shall provide documentation for all
employee attended safety meetings and bi-annual IMSA CAL -TRANS standard `Work Zone
Temporary Traffic Control' certifications for Lead Workers and Supervisors.
M. WASTE DISPOSAL: The City will be responsible for disposal of waste material collected by
the Contractor and no fee should be included in the bid for dump fees. The Contractor will be
responsible for sorting of material into the proper bins provided at the City Corporate Yard,
located at 425 North Civic Drive, Palm Springs. Contractor shall be provided 2 City issued
access badges to access the Corporate Yard. Any lost or damaged badges must be reported
immediately to City Contractor Administrator and may result in a $15.00 per badge
replacement fee. Should the Contractor fail to dump the collected materials into the proper
bins, Contractor will be responsible for payment of dump fees for the contaminated bin and
repeat offenses could result in the Contractor becoming responsible for their own disposal
arrangements, or termination of the Contract.
N. STORAGE FACILITIES: The City shall not provide any storage facilities for the Contractor.
The City's Corporate Yard located at 425 N. Civic Drive is a secure facility, and shall not be
used by the Contractor. The Contractor shall be responsible for obtaining an appropriate
administrative office, storage yard, and secure parking lot for its equipment and vehicles. The
location of its facility shall be within the City of Palm Springs, subject to the approval of the
City.
O. PARKING: 1) During the Contractor's daily operations and completion of the Work, the
Contractor shall park their vehicles and equipment within designated public parking areas or
work zones, in accordance with local and state laws, maintaining clear travel lanes for
vehicular traffic. Overnight parking of the Contractor's vehicles and equipment shall be located
within the Contractor's own secured storage facility, and not within any City facilities or public
parking lots.
2) The Contractor's vehicles and equipment shall not be parked or set in such a manner that
they block pedestrian access or vehicular right-of-way except as required to comply with all
safety standards of OSHA or CAL -OSHA.
P. VEHICLES: The Contractor's vehicles used in performance of the services required
hereunder shall be maintained in first class condition. Upon commencement of the services,
the Contractor shall furnish and apply an appropriate logo on all vehicles to be used within the
City identifying the Contractor's company name. The logo shall be prepared by the Contractor
and submitted to the City for approval prior to use.
�lA
; Roadside Maintenance Routes
From
Route 1
To
Palm Canyon Or
Vista Chino Gene Autry Trail
Gateway Or
Highway 111 Rosa Parks Rd
Rose Parks Rd
Indian Canyon Dr Gateway Or
Tramview Rd
Indian Canyon Dr West End
Route 2
Vista Chino
Gene Autry Trail
Whitewater Wash
El Mirador
Ave Caballeros
Sunrise Way
Tachevah Or
Ave Caballeros
Sunrise Way
Amado Rd
Calle El Segundo
Sunrise Way
Baristo Rd
El Cielo Rd
Farrell Dr
Route 3
Ramon Rd
Crossley Rd
El Cielo Rd
Ramon Rd
Ramon Rd
Mesquite Ave
San Luis Rey
Sunny Dunes Rd
Camino Parocella
Indian Springs
Rio Blanco
Public Rd
Vella Rd, (west side)
Route 4
S. Palm Canyon Dr
Belardo Rd
Sunny Dunes Rd
Alejo Rd
Mesquite Ave
Bogert Trail
LaVeme Way
La Mirada
Ramon Rd
Escoba Rd & Bike path
El Cielo (incl. medians)
San Luis Rey (so. Side)
Vella Rd
Mesquite Ave
Gene Autry Trail
San Luis Rey
Crossley Rd
Indian Springs
Sunny Dunes Rd
Sunny Dunes Rd
E. Palm Canyon Or
Alejo Rd
S,Palm Canyon Dr
PS Intemtnl. Airport
S. Palm Canyon Or
S. Palm Canyon Or
Camino Real (S. side)
49
Belardo Rd
Avenue 34
Sunny Dunes Rd
San Luis Rey
Ramon Bridge
City Limit
Ramon Rd
Crossley Rd
Gene Autry Trail
Rio Blanco
San Luis Rey
Camino Parocella
Mesquite Ave
South End
Sunny Dunes Rd
Belardo Rd
Vine Rd
West End
Andreas Hills
Calle Palo Fierro
` Street From To
Route 5
Farrell Dr
Tamarisk Rd
Vista Chino
Sunrise Way
North End
Vista Chino
Ave Caballeros
Alejo Rd
Satumina Rd
Ave Caballeros
Racquet Club Rd
Via Escuela
Cade Encillia
Alejo Rd
Ramon Rd
Calle El Segundo
Alejo Rd
Ramon Rd
Route
Virginia Rd
San Carlos
Radio Rd
McCarthy
Indian Canyon Or
Vista Chino
Indian Canyon Dr (W side) Interstate 10
Garnet Rd
East End
2& Ave
W. City Limit
Dillon Rd
Melissa Lane
Tipton Rd
Highway 111
Wendy Rd
Tipton Rd
Salvia Rd
West End
Gene Autry Trail
Interstate 10
Executive Dr
Vista Chino
Via Escuela
Executive Dr (N side)
e7
San Rafael
Indian Canyon Dr
Interstate 10
1 e Ave
W. City Limit
Indian Canyon Dr
Diablo Rd
Interstate 10
North End
East End
Vista Chino
Via Escuela
Whitewater Club
Miscellaneous: Complaints, transient camp clean ups, traffic accidents, etc., as
instructed by Supervisor.
Route 8
Highway 111 (fence line) Gateway (E side) End of fence line
To be completed twig per calendar year as instructed by Supervisor.
Palm Fronds
To be completed as instructed by Supervisor; usually fallovAng adverse weather
conditions; wind, rain, etc.
Palm Canyon Dr
Indian Canyon Dr
Tatrquitz Canyon Way
Cerritos Dr
Camino Parocella
Frontage Road
Gateway
Ramon Rd
Palm Canyon Dr
Ramon Rd
Cerritos Dr
Camino Parocella
Farrell Dr
Vista Chino
El Cielo
Camino Parocella
Sunrise Way
Cerritos Dr
DRAIN EASEMENTS
DESERT WAY & LAS PAMPAS WAY, NORTH SIDE OF INTERSECTION
NORTH END OF ORCHID TREE
NORTH END OF BURTON WAY
NORTH END OF SUNSET WAY
EAST END OF CALLE CONJ ERA
EAST END OF CALLE PAPAGAYO
QUINCY WAY, SOUTH SIDE OF STREET
MESQUITE & CERRITOS, NORTH SIDE OF INTERSECTION
PEBBLE BEACH & LAKESIDE DRIVE, SOUTH SIDE OF INTERSECTION
PASEO CAROLETA & CALLE PAUL, EAST SIDE OF INTERSECTION
ARNICO & NORLOTI, EAST SIDE OF INTERSECTION
EASEMENT THAT RUNS NORTH TO SOUTH FROM VISTA CHINO TO EL
CONQUISTADOR
MESQUITE & COMPADRE, NORTH SIDE, FROM STREET TO END OF CEMENT
FEY NORTE TO CHIA OFF OF VISTA CHINO
CALETA WAY EAST OF HERMOSA EAST END
JULIAN & JUANITA
51
ER
w
ih
+
>
4L
rm-
1w
53
e
,.
T7.V,
` WT
its"
-•��rrw... � � �,
lly
� S
Im
y
i A
li' Y
i" -_ u f �iF�". w ,�"W alYMilri13'�Ii�R:illllli'_1. -• -ifrR- ..
r
� y
4?'
f �
s� �
i I =W J11151, LP 0 0
r 24 1 F:,-.