HomeMy WebLinkAbout1999-06-22; City Council; Resolution 99-225x/
0 @
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
RESOLUTION NO. 99-225
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, ACCEPTING A BID AND AUTHORIZING THE
EXECUTION OF AN AGREEMENT. ~~
WHEREAS, the City of Carlsbad requires the services of a traffic signal maintenance contrac
and;
WHEREAS, proper bidding procedures have resulted in the receipt of a bid from a quali
contractor;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad as follows
1. The bid from Signal Maintenance Inc., 2283 Via Burton St, Anaheim CA 92806 is her
accepted.
2. The Mayor of the City of Carlsbad is hereby authorized and directed to execute a contraci
these services, a copy of which is attached hereto, for and on behalf of the City of Carlst
for the period of one year with the option for the City Manager to renew for four additic
one-year periods, with revised contract prices set by mutual agreement.
3. The Purchasing Officer is hereby authorized and directed to issue a purchase order for trz
signal maintenance services.
PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City
Carlsbad held on the 22 day of June , 1999, by the following vote to wit
AYES: Council Members Lewis, Nygaard, Finnila, Hall & Kulchin
NOES: None
ABSENT: None
ATTEST:
(SEAL)
~ i
<
* I 0 0
AGREEMENT
II. COMPENSATION
A. Routine/Preventive Maintenance:
For all of the routine/preventive maintenance services which Contractor is obligated
to perform under the terms of Section IV “DUTY OF CONTRACTOR”, Sub-Section A
“Routine/Preventive Maintenance” of this agreement, the City shall pay to the
Contractor the sum of $ 34.50 per intersection per month. intersections added
after the effective day of this agreement will be added at the same rate. This rate
may be adjusted annually in accordance with the provisions of Section IV “FUTURE
ADJUSTMENTS” of this agreement. All labor, equipment and materials necessary _.
to complete the routine/preventive maintenance services shall be included in the
cost per intersection. No additional payments will be made.
B. Emeraencv Response:
For emergency response services which Contractor is obligated to perform under
the terms of Section IV “DUTY OF CONTRACTORn, Sub-section 8 “Emergency
Response” of this agreement, the City shall pay the Contractor based on “time and
0 0
materials”. “Time and materials” shall include labor and equipment costs which
shall be based on the attached Labor & Equipment Cost Schedule (Exhibit A) which
may be adjusted annually in accordance with the provisions of Section VI “FUTURE
ADJUSTMENTS” of this agreement. When not provided by the City, materials shall
be supplied by the Contractor at cost with a reasonable percentage for overhead
and profit not to exceed 15%.
C. Extraordinary Services:
. For extraordinary services which the Contractor is obligated to perform under the
terms of Section IV “DUTY OF CONTRACTOR, Sub-section C “Extraordinary
Services” of this agreement, the City shall pay the Contractor based on “time and
materials” except as provided in subsections C2 and C3 of Section II
“Compensation”. “Time and materials shall include labor and equipment costs
’ which shall. be based on the attached cost schedule (Exhibit A) which may be
adjusted annually in accordance with the provisions of Section IV “FUTURE
ADJUSTMENTS” of this agreement. When not provided by the City, materials shall
be supplied by the Contractor at cost with a reasonable percentage for overhead
and-profit not to exceed 15%. ..
I, , ’ 1. ’ ,Loop-Set Testing: . , .. .. . For loop-set testing services which Contractor. is obligated to- perform under
,. ’ the terms of Section IV “DUTY OF CONTRACTOR’, Sub-section. C
“Extraordinary Services” of this agreement, the City .shall pay to the
Contractor a unit sum of $ 15.00 per loop set, payable upon completion of
the requested testing. All labor, equipment, and materials necessary to
complete the loop-set testing shall be included in the unit cost for each loop-
set. No additional payments will be made. This unit cost may be adjusted
each year in accordance with Section VI “FUTURE ADJUSTMENTS” of this
agreement.
2. Loop Detector Replacement:
For replacement of loop detectors which the Contractor is obligated to
perform under the terms of Section IV “DUTY OF CONTRACTOR”, Sub-
Section D “Loop Detector Replacement” of this agreement, the City shall pay
the Contractor in accordance with the following:
Type “A $ 125.00 each
Type “B $ 125.00 each
Type ‘ID $ 125.00 each
Type “E $ 255.00 each
Type “Q” $ 125.00 each
Prices paid for loop detector installation shall be “lump sum” for loops
complete in place including connection to the DLC in the pull-box. Necessary
0 a
work beyond point of connection to DLC must be approved by the Public
Works Director or approved designee and have an assigned incident and/or
work order number. Payment for such work shall be based on “time and
materials”. “Time and materials” shall include labor and equipment costs
3. Annual Relamping:
a) For annual relamping services which Contractor is obligated to perform
under the terms of Section IV “DUTY OF CONTRACTOR, Sub-section
E “Annual Relamping” of this agreement, the City shall pay to the
Contractor a lump sum of $ 4,3125.00 payable upon completion of the
entire annual relamping program, based on a current total of eighty-
eight (88) intersections. All labor and equipment necessary to complete
the annual relamping shall be included in the lump sum cost. Materials
including lamps and lenses will be provided by the City at the City’s
option. When not provided by the City, materials shall be supplied by
the Contractor at cost with a reasonable percentage for overhead and
profit not to exceed 15%. ..
b) Intersections added after the effective date of this agreement will ‘be
added the following year at the rate of $ 49.00 per intersection
regardless of the number of phases. All labor and .equipment-nec.essary
to ,complete .the annual relamping shall be included in the. unit cost- for
accordance with Section VI “FUTURE ADJUSTMENTS” of . this
agreement. When not provided by the City, materials shall Be supplied
by the Contractor at cost with a reasonable percentage for overhead
and profit not to exceed 15%.
.~ each intersection. This unit cost may be adjusted each year .in ’,
4. Annual Conflict Monitor Testing:
For conflict monitor testing services which Contractor is obligated to perform
under the terms of Section IV “DUTY OF CONTRACTOR, Sub-section F
“Annual Conflict Monitor Testing,” the City shall pay to the Contractor the unit
sum of $ 25.00 per intersection, payable upon completion of the entire
conflict monitor testing ’ program. All labor, equipment, and materials
necessary to complete the conflict monitor testing shall be included in the unit
cost for each intersection. No additional payments will be made. This unit
cost may be adjusted each year in accordance with Section VI “FUTURE
ADJUSTMENTS” of this agreement.
111. AGREEMENT DOCUMENTS
A. The complete agreement between the parties shall consist of and include the
following documents, all of which shall be and are hereby incorporated by reference
and a part hereof as fully as if set out in full herein:
0 e
1.
2.
3.
4.
5.
6.
7.
8.
9.
IO.
This Agreement
Exhibit A - Labor & Equipment Cost Schedule
Exhibit B - List of Intersections
Exhibit C - Monthly Inspection Checklist
Exhibit D - Quarterly Inspection Checklist
Exhibit E - Annual Inspection Checklist
Certificates of Insurance
IMSA Signal Technician il certificates for each qualified staff person.
IMSA Signal Technician Ill certificates for each qualified staff person
ATSSA Traffic Control Supervisor certificate for each qualified staff person
IV. DUTY OF CONTRACTOR
A. Routine/Preventive Maintenance:
1. Monthly Inspection .,
a) The Contractor shall perform monthly routine/pre.ventive- inspections
based on the City’s schedule. Such inspections shall be sc’heduled so
that ‘each intersection is inspected at approximately the same date each
month.
b) The monthly inspection shall include a complete check of all timing and
component functions and field appurtenances described in the “Monthly
Inspection Checklist” (Exhibit C). Every three months, the “Quarterly
Inspection Checklist” (Exhibit D) will be used in lieu of the “Monthly
Inspection Checklist“ (Exhibit C) for that month’s inspection.
c) Any graffiti found at the time of the inspection such as signs, flyers, and
tape, shall be removed by the Contractor at that time at no additional
cost to the City. Graffiti requiring extensive removal or special
procedures, such as steam cleaning, will be performed by City staff or
referred to the Contractor and treated as “Extraordinary Services” and
payments will be made in accordance with the provisions of Section II
“COMPENSATION”, Sub-section C, “Extraordinary Services”.
d) All other deficiencies which require attention but do not constitute an
unsafe situation will be referred to the Public Works Director or
appointed designee by the end of the work day in which the inspection
occurred. The Public Works Director or appointed designee will elect to
make the repairs in-house or assign the Contractor an incident number
authorizing the Contractor to make the repairs. If referred to the
Contractor, repairs will be treated as “Extraordinary Services” and
payments will be made in accordance with the provisions of Section II,
“COMPENSATION”, Sub-section C, “Extraordinary Services”.
,..
.. -. . .
..
a e
e) Should the Contractor find an unsafe situation at the time of inspection,
Contractor shall make any repairs necessary to return the intersection
to a safe operating condition. Contractor shall then report to the City
immediately upon completion of the repair. Such repairs will be
considered “Emergency Response” and payment will be in accordance
with Section I1 “COMPENSATION”, Sub-section B “Emergency
Response” of this agreement unless such action would normally be
considered part of the routine/preventive maintenance, in which case no
additional payments will be made therefore.
9 The maintenance of all components within the confines of the cabinet
(i.e. detectors, load switches, etc.) shall be the responsibility of the
Contractor and shall be inspected each month for proper function. All
adjustments made by the Contractor shall be included in the monthly
cost for inspection. No additional payments will be made for
adjustments or repairs normally considered preventiveh-outine
maintenance. When a component must be removed from the
intersection for repair, a like component will be provided and installed by
the Contractor in place of the component requiring repairs. All repairs
shall be the responsibility of the Contractor and the component shall be
returned immediately upon completion of the repairs.
., (1) , If, in the opinion of the Contractor, any controller mechanism has
Contractor shall notify the City and demonstrate or otherwise
provide evidence that replacement is necessary. No permanent
change of control mechanisms shall be done without prior
approval of the City.
g) The Contractor shall meet with City staff on a routine basis not less than
once per quarter to discuss on-going problems and potential solutions,
up-coming extra-ordinary work, and/or the status of special projects.
These meetings shall be scheduled for a time and place mutually
beneficial to both parties.
. ..
.. ,
.. become obsolete or deteriorated beyond the .point of repair, the. ., .
B. Emerqencv Response
Emergency Response shall be defined as the initial unscheduled response and
repairs necessary to restore safe operation of the signalized intersection.
1. The Contractor will maintain a 24-hour toll-free emergency number where
he/she can be reached in case of emergency. This phone number will be
made available to all persons designated by the City.
2. The Contractor will provide service twenty-four (24) hours per day for the
servicing of all equipment covered by this agreement. An IMSA/TSA Level II
or higher technician will respond immediately upon notification in a vehicle
with aerial capabilities. This vehicle shall be equipped with equipment and
materials necessary to restore safe operation of the intersection. If the
Contractor is contacted after normal working hours and determines that aerial
capabilities are not necessary based on the information provided, initial
0 a
response may be made in a service vehicle. However, if the Contractor opts
to respond in a service vehicle and aerial capabilities are requires, the City yvJl - not pay any costs associated with retrieval of an aerial vehicle. Under normal
conditions, initial response time should not exceed one (1) hour. In cases
where delays are anticipated to exceed this maximum, Contractor shall notify
the City immediately with an estimated time of arrival. In no case shall initial
response time exceed two (2) hours. A greater response time may result in
the City's non-payment of labor and equipment costs associated with the
repairs.
3. The Contractor shall make timing adjustments only when necessary to
compensate for sudden changes in traffic conditions or malfunctioning traffic
signal equipment that cannot be repaired or replaced immediately. The
Contractor. shall notify the City of these adjustments immediately upon
completion of the adjustments.
4. If the estimated cost of emergency repairs exceeds $1,000, the Contractor
shall restore the intersection to flashing operation and obtain authorization
from the City before proceeding with repairs. For example, in cases involving
a knockdown, where the City maintenance representative is not already on-
site, the Contractor shall make every effort to notify the City maintenance
representative as soon as possible and obtain authorization from the
designated City representative for: repairs. If the City;decides to have the
,, .. Contractor .perform necessary repairs, an incident and/or."work order. number
will be issued and work will begin as soon as possible. . : ' I. ,'
5. The City may request that the Contractorrespond to the scene of collisions at
signalized intersections in order to verify proper signal operation. In this case,
the Contractor shall perform a review of the traffic signal facility including a
thorough inspection of all equipment for physical damage or equipment
malfunction. Contractor shall also observe traffic movement and verify normal
signal operation. Contractor shall then submit, in writing, a report
summarizing the results of the inspection to the Public Works Director or
appointed designee within 48 hours of the incident.
. .-
6. Upon completion of emergency repairs, the Contractor shall invoice the City
for all costs associated with the emergency in accordance with Section I1
"COMPENSATION", Sub-section B "Emergency Response". invoices for
emergency maintenance shall include the following information:
a)
b)
c)
d) '
e> 9
9)
h)
i)
j)
k)
intersection description/name
intersection number
authorizing party
time of call
description of complaint
time of arrival
status upon arrival
corrective measures taken
status upon departure
time of departure
invoice number
0 0
I) incident number
m) equipment identification number - part being replaced
n) equipment identification number - replacement part
The City may request that additional information be added to the invoices
provided such request is made in writing and such request does not
excessively burden the Contractor. Upon receipt of a written request for
additional information, the Contractor shall have ten (IO) days to respond with
objections. If no objections are received within ten (IO) days, invoices for all
emergency response shall include the requested information. Payment for
invoices not containing all requested inforrnatisn may be delayed.
C. Extraordinary Services:
Extraordinary Services shall be defined as scheduled repairs/services resulting from
any’ part of a traffic signal system that is damaged by collision, acts of God or
malicious mischief, excepting any damage resulting from the negligence of the
Contractor, or normal deterioration due to the passage.of time. It shall also include
requests for special programming, synchronized ’ system timing, consultation
services, and other special requests. All extraordinary. maintenance shall .be
subject to prior approval of the Public Works Director or appointed designee. Work
. . ’ performed as. “Extraordinary Services” will be -cornpleted:,witJnin the. time agreed . .
”. ’. ’ upon.by both’ parties at the time work is.assigned: Warkmot.completed.,within-,this ’
mutually agreed time will be subject to the terms of Section V “LIQUIDATED
DAMAGES”.
1. .Special Proqramminq
The City may request that special time programming be performed (i.e. time
of day programming, synchronized system timing). Payment for such work
shall be based on “time and materials”. “Time and materials” shall include
labor and equipment costs which shall be based on the attached Labor &
Equipment Cost Schedule (Exhibit A) which may be adjusted annually in
accordance with the provisions of Section VI, “FUTURE ADJUSTMENTS” of
this agreement. When not provided by the City, materials shall be supplied by
the Contractor at cost with a reasonable percentage for overhead and profit
not to exceed 15%.
2. Loop-Set Testinq
On-going detection problems will be reported to the City for determination if
loop-set testing is required. Loop-set testing shall be performed at the
discretion of the Public Works Director or appointed designee. A loop-set is
defined as all loops connected to a single lead-in cable of a single loop
detector amplifier in a rack slot. The loopset testing shall include
disconnecting all loops from the lead-in cable to separate the individual loop-
sets for the slot to be tested, a meg check of each individual loop in the loop-
set, reconnection of the loops, and testing of the lead-in wiring for the loop-
set.
0 0
3. Loop Detector Redacement
a) Upon notification from the Public Works Director or appointed designee,
the Contractor will install new loop detectors. New loop configuration
will be four (4) Type E loops per lane unless otherwise indicated. Loop
installation will included pavement cutting, placement of the conductors
including home run, sealing pavement cuts, and connection to DLC in
pull box so that loop-set is functioning properly upon completion of the
installation. Only IMSA / TCS Level II or higher technicians are
authorized to make loop connections within the cabinet.
b) In most cases, the Contractor will be asked to install four (4) or more
loops at one time; however, the City reserves the right to request fewer
than four (4) loops if deemed necessary by the Public Works Director or
appointed designee. Payment for loop installation will be in accordance
with Section II "COMPENSATION", Sub-section. D "Loop Detector
Replacement".
..
.. . ,. ..
: ,. . . , . . . ,!. ..,._ i' . , , , , .4. . , Annual Relampinq . . ,, . . .... . . : ., ',.. '
. . ,. . ,." .. ,. . ' ,. .. .- .:..,~ ' ' .. ." . . ,.. a)' h3he sixth month following, lhe,-effective date of ,the agreement and :: ,. annualiy thereafter, -the Contractor will have 90 days to remove and:
replace all incandescent lamps in all signal heads and Type A
pedestrian heads in accordance with the schedule designated herein
unless otherwise instructed by the Public Works Director or appointed
designee.
b) Beginning in the first year of this co'ntract and in each subsequent odd
numbered year for which this agreement is extended, the Contractor
shall remove and replace incandescent lamps for all green and red
indications and all Type A pedestrian signals. For each even numbered
year for which this agreement is extended, the Contractor shall remove
and replace incandescent lamps for all green, yellow, and red
indications and all Type A pedestrian signals.
c) The City will provide lamps and other necessary materials unless the
Public Works Director or appointed designee notifies the Contractor
otherwise. In such case, the Contractor will provide the materials
specified by the Public Works Director or appointed designee and the
City will pay the Contractor for the actual materials costs plus a
reasonable percentage for overhead and profit not to exceed 15%.
Contractor will return all lamps and materials removed from City signals
to the City for disposal unless otherwise instructed.
Intersections not .completed within the 90 day period will be subject to
the assessment of liquidated damages as specified in Section V
"LIQUIDATED DAMAGES". In extreme cases, the Public Works
0 0
Director or appointed designee may authorize an extension and waive
the obligation to pay liquidated damages.
d) Contractor shall clean, polish, and inspect all traffic signal head lenses
and reflectors. Contractor shall replace all broken or deteriorated parts
and leave each intersection clean and secure. Special attention will be
given to ensure proper closure of all doors and tight fastening of all
wingnuts. Contractor shall adjust and align all signal heads, including
optically programmed heads in accordance with the “Annual inspection
Checklist” (Exhibit E);
e) Contractor shall check signal head and mast arm sign mounting
hardware for corrosion. Contractor shall verify alignment of all mast
arm signs, and signal heads and shall repaidrealign as required in
accordance with the “Annual Inspection Checklist” (Exhibit E).
9 Contractor shall clean all emergency vehicle pre-empt detection scopes.
Contractor shall check mounting hardware for corrosion and shall adjust
.... and align as required in accordance with the “Annual Inspection
Checklist” (Exhibit E).
g) Following completion of relamping, City staff . will inspect each
intersection to verify that Contractor has completed relamping in
.. .. ._ accordance with good traffic signal ,maintenance practices and. the..
I .. .. , . .. , , ‘II ,.. . . , . ’. I ..,. guidelines specified herein. Inspections will,.occirr:on at least -on. signal
.. head,’. selected randomly,. at- each intersection-. .. . Should the selected
head fail the inspection, the Contractor will be obligated to return to the
intersection within five working days to complete the relamping to the
City’s satisfaction.
h) The City reserves the right to modify and/or delete this program at any
time during the course of this agreement.
5. Annual Conflict Monitor Testing
a) Within 90 days after execution of this agreement and annually
thereafter, and/or when so instructed by the Public Works Director or
appointed designee, the Contractor will remove the conflict monitor for
testing in the field. The Contractor will provide all testing equipment and
previously tested conflict monitor units and diode boards for use during
the testing period. Conflict monitors must meet manufacturer’s
specifications prior to reinstallation into the cabinet. Copies of test
results will be submitted to the City upon request by the Public Works
Director or appointed designee. Contractor must complete conflict
monitor testing on all designated intersections within ninety (90) days
following the first calendar day of the sixth month of the agreement or
be subject to the assessment of liquidated damages in accordance with
Section V “LIQUIDATED DAMAGES”.
Intersections not completed within the 90 day period will be subject to
the assessment of liquidated damages as specified in Section V
“LIQUIDATED DAMAGES”. In extreme cases, the Public Works
0 0
Director or appointed designee may authorize an extension and waive
the obligation to pay liquidated damages.
b) The contractor will notify the City prior to beginning the conflict monitor
testing. Contractor will submit a time schedule for the completion of the
conflict monitor testing program which will be updated daily during
completion.
c) The City reserves the right to modify and/or delete this program at any
time during the course of this agreement.
V. LIQUIDATED DAMAGES
All work not completed within the time period allotted for said work shall be subject to the
assessment of liquidated damages in the amount of $50.00 per affected intersection per
work day for each day beyond the specified completion time. Adjustments to completion
time will be made for adverse weather conditions at the discretion of the Public Works
Director or appointed designee.
Vi. FUTURE ADJUSTMENTS .. ... .~ . 1
’ .. A., . . Annually, all costs,specified in Section II ‘COMPENSATION” and,in Exhibit A “Labor.
,, , .. 1 .,, .. ... . & .. Eq.uipment,Schedule” may be subject to changepto:;ieflect cost of living-increases ..
or.hecreases in’the costs of labor and equipmentas. dictated by market conditions. ’ :
B., Periodically, during the course of this agreement, circumstances may arise that
affect the Contractor’s expenses under the terms of this agreement due to cost
increases beyond the Contractor’s control. Should this happen, the Contractor shall
submit a written request for a unit cost increase. The City will research this request
and will respond to the Contractor within ten (IO) working days. If the adjustment is
fair and justified and the City and Contractor mutually agree on the increase, an
amendment to the agreement will be prepared and submitted to the City Manager
for final approval.
Should adjustments to Section IV “DUTY OF THE CONTRACTOR be required, the
City shall notify the Contractor in writing of the requested modification and any
associated costs. The Contractor will have ten working days within which to
approve the change. If both parties agree to the modified duties and/or modified
unit cost, the amendment to the agreement will be prepared and submitted to the
City Manager for final approval. If the Contractor does not agree to the required
modifications, the City shall have the option of terminating this contract upon 30
days written notice to Contractor.
. ..
VII. DRUG &ALCOHOL FREE WORKPLACE
A. The City of Carlsbad is committed to maintaining a work environment free from the
effects of drugs and alcohol consistent with the directives of the Drug Free
Workplace Act. As a condition of this agreement, the Contractor and the
Contractor’s employees shall assist in meeting the requirements of this policy as set
0 0
forth in the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by
reference herein.
B. Contractor agrees that the Contractor and the Contractor’s employees, while
performing service for the City, on City property, or while using City equipment will
not be in possession of, use, or be under the influence of drugs or alcohol.
C. The Contractor has the duty to inform all employees or agents of the Contractor that
are performing service for the City on City property or using City equipment of the
City’s objective of a safe, healthful and productive workplace and the prohibition of
drug or alcohol possession, use or impairment from same while performing such
service for the City.
0. The City has the right to terminate this agreement and any other agreement the
Contractor has with the City if the Contractor or Contractor’s employees are
determined by the Public Works Director or approved designee to have breached
the provisions of Section VI1 herein as interpreted and ‘enforced pursuant to the
provisions of the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by
reference herein.
VIII. STAFF
. .. I. A: Contractor shall use only Level a 1.1 or .higher. .IMSA/TSA certified :technicians .to ;
.. , ,’ .., I. i. ’..’ 1 . . services; maintain, and make .necessaiy repairs to. traffic-signal, devices. within the
.I . .’ confines of controller cabinet. Skilled laborers can -make- hardware repairs Cmder.
the direct supervision of the Level Ii technician. No work will occur at any signalized
intersection under this agreement without a Level II or higher technician present at-
all times unless otherwise previously approved in writing by the Public Works
Director or approved designee.
B. Contractor shall maintain on staff a minimum of one IMSA/TSA Level Ill certified
technician at all times.
C. Contractor shall maintain on staff a minimum of one ATSSA certified Traffic Control
Supervisor at all times.
IX. EQUIPMENT
A. The machinery and equipment used by the Contractor in the furtherance of this
agreement shall be modern, clean, and maintained in proper working condition at all
times consistent will current standards of the industry and subject to the approval of
the Public Works Director or approved designee.
B. As requested by the Public Works Director or approved designee, the Contractor
shall supply the City with a list of the equipment being used in furtherance of this
agreement including its make, model, date of manufacture and any other pertinent
information.
C. All equipment shall be available for inspection by the City upon 24 hour notification
to the Contractor.
D. The Contractor will be issued a handheld EVP emitter and emitter testing unit for
the purpose of better maintaining the City’s emergency vehicle preemption system.
e e
These items will remain the property of the City of Carlsbad and must be returned to
the Street Maintenance Supervisor upon termination of this agreement.
X. MATERIALS
A. All materials used in the furtherance of this agreement shall be in accordance with
Caltrans specifications and approved by the Public Works Director or approved
designee.
XI. TRAFFIC CONTROL
A. The Contractor may be required to submit traffic control plans to be approved by
the Traffic Engineer for extra-ordinary services. Preparation of these plans shall be
the sole responsibility of the Contractor. Public Works staff will assist only with
interdepartmental coordination. All drawings and revisions will by the responsibility
of the Contractor.
B. All trafftc control devices shall be in accordance with the latest edition of the
“Manual of Traffic Control Devices for Construction and ‘Maintenance Work Zones”
as published by the State of California, Department of Transportation (Caltrans).
cohtr~I ‘devices.
interference with public traffic.
D. Any time during the course of this agreement that the Contractor initiates flash
operation at a signalized intersection, Contractor shall notify the City immediately
with an approximate time that the intersection will be restored to automatic
operation.
,. ... Th,e Contractor will be responsible for providing and placing all temporary traffic .. ....
.. ..
,. ... ....... ,~ 1 .. , .. ........ . . ,, , .. .. . ,. ., .
C. ,- ,’ The Contractor.shal1 conduct hidher operations so as to causedhe leist possible
XI I. RECORDS
A. The Contractor will maintain at hidher place of business a record of all service calls
or work performed upon the signal equipment including date, location, times in and
out, costs for equipment and materials used, parts and supplies used, and the
names of all persons who performed work.
maintenance, the Contractor will update the record book within the cabinet.
B. Each time work is performed at an intersection, including monthly routinelpreventive
C. The Contractor will maintain accurate timing information sheets within the controller
cabinet at each signalized intersection. The Contractor will provide copies of these
sheets upon request of the Public Works Director or approved designee.
XIII. INSURANCE
A. Insurance. Contractor shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damage to property which may
arise from or in connection with the performance of the work hereunder by the
0 e
Contractor, his or her agents, representatives, employees or subcontractors. Said
insurance shall meet the City’s policy for insurance as stated in Resolution No. 91-
403.
1. Coverages And Limits Contractor shall maintain the types of coverages and
2. Comprehensive General Liability Insurance: $1,000,000 combined single
limit per occurrence for bodily injury and property damage. If the policy has
an aggregate limit, a separate aggregate in the amounts specified shall be
established for the risks for which the City or its agents, officers or employees
are additional insured.
3. Business Automobile Liability Insurance: $1,000,000 combined single
limit per accident for bodily injury and property damage. In addition, the auto
policy must cover any vehicle used in the performance of the contract, used
onsite or offsite, whether owned, non-owned or hired, and whether scheduled
or non-scheduled. The auto insurance certificate must state the coverage is
for “any auto’’ and cannot be limited in any manner.
4. Workers’ Compensation and Employers’ Liability Insurance: Workers’
compensation limits as required by. the Labor .Code.of the State.of California
and Employers’ Liability limits of $1,000,000 per incident.. . Workers’
compensation offered by .the State Compensation Insurance Fund is:
B.. ,Additional Provisions: Contractor .shall ensure that the policies of insurance
required under this agreement with the exception of Workers’ Compensation and
Business Automobile Liability Insurance contain, or are endorsed to contain, the
following provisions.
1. The City, its officials, employees and volunteers are to be covered as
additional insured as respects: liability arising out of activities performed by or
on behalf of the Contractor; products and completed operations of the
contractor; premises owned, leased, hired or borrowed by the contractor. The
coverage shall contain no special limitations on the scope of protection
afforded to the City, its officials, employees or volunteers. All additional
insured endorsements must be evidenced using separate documents
attached to the certificate of insurance; one for each company affording
general liability, and employers’ liability coverage.
2. The Contractor’s insurance coverage shall be primary insurance as respects
the City, its officials, employees and volunteers. Any insurance or self-
insurance maintained by the City, its officials, employees or volunteers shall
be in excess of the contractor’s insurance and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall not affect
minimum limits indicted herein:
..
..I : -acceptable to the City. .. . .. . .. .,
,. I. ., . ., .. . , i .. ,
coverage provided to the City, its officials, employees or volunteers.
4. Coverage shall state that the contractor’s insurance shall apply separately to
each insured against whom claim is made or suit is brought, except with
respect to the limits of the insurer’s liability.
0 a
C.
D.
E.
F.
G.
. . ,,
..
H.
I.
Notice Of Cancellation: Each insurance policy required by this agreement shall
be endorsed to state that coverage shall not be nonrenewed, suspended, voided,
canceled, or reduced in coverage or limits except after thirty (30) days' prior written
notice has been given to the City by certified mail, return receipt requested.
Deductibles And Self-Insured Retention (S.I.R.) Levels: Any deductibles or self-
insured retention levels must be declared to and approved by the City. At the
option of the City, either: the insurer shall reduce or eliminate such deductibles or
self-insured retention levels as respects the City, its officials and employees; or the
contractor shall procure a bond guaranteeing payment of losses and related
investigation, claim administration and defense expenses.
Waiver Of Subrogation: All policies of insurance required under this agreement
shall contain a waiver of all rights of subrogation the insurer may have or may
acquire against the City or any of its officials or employees.
Subcontractors: Contractor shall include all subcontractors as insured under its
policies or shall furnish separate certificates and. endorsements for each
subcontractor. Coverages for subcontractors shall be subject to all of the
requirements stated herein. .,
Acceptability Of Insurers: Insurance is to be placed with:insurers that have a
rating in Best's Key Rating Guide of at least A-:V. tnsurers must.also, be authorized
to ,transact the business of insurance ' by the : !3ate- of.- California Insurance
Commissioner as admitted carriers as evidenced.: by. a listing-. in'. the ' official.
publication. of the Department of Insurance of the State of California.. and/or under
the standards specified by the City Council in Resolution No. 91-403. ..
Verification Of Coverage: Contractor shall furnish the City with certificates of
insurance and original endorsements affecting coverage required by this clause.
The certificates and endorsements for each insurance policy are to be signed by a
person authorized by that insurer to bind coverage on its behalf. The certificates
and endorsements are to be in forms approved by the City and are to be received
and approved by the City before the Contract is executed by the City.
Cost Of Insurance: The Cost of all insurance required under this agreement shall
be included in the Contractor's bid.
..
XIV. FAITHFUL PERFORMANCE
A. The standards of performance which the Contractor is obligated to perform
hereunder are the standards which are considered to be good traffic signal
maintenance practices and shall be subject to the approval of the Public Works
Director or approved designee.
XV. CANCELLATION CLAUSE
A. If Contractor refuses or fails to prosecute the agreement or any separable part
thereof with such diligence as will ensure its completion within the time specified by
the City or any extension thereof, or fails to complete such work within such time, or
if Contractor should be adjudged bankrupt, make a general assignment for the
0 0
benefit of creditors, or if a receiver should be appointed on account of Contractor’s
insolvency, or if Contractor fails to make prompt payment for materials, equipment
or labor, or if Contractor persistently disregards laws, ordinances, policies or
instructions of City, City may serve written notice upon the Contractor of its intention
to declare this agreement in default. Said notice shall contain the reasons for such
intention to declare default, and unless within ten (IO) days after service of such
notice, such violations shall cease and satisfactory arrangements for the corrections
thereof including payment to the City for any damages resulting therefrom, be made
and documented in writing by both parties, this agreement shall upon the expiration
of said time, be in default.
XVI. HOLD HARMLESS AND INDEMNIFY
A. The City, its agents, officers and employees shall not be liable for any claims,
liabilities, penalties, fines or any damage to goods, properties or effects of any
person whatever, nor for personal injuries or death caused by, or resulting from, or
claimed to have been caused by, or resulting from, any act or omission of
Contractor or Contractor’s agents, employees .or representatives. Contractor
agrees to defend, indemnify, and hold harmless the City and its authorized agents,
’ officers, and employees against any of the foregoing liabilities or claims of any
.. fees and ,liability incurred by the City on account.:.of. any of the foregoing including : , . I , 4abilities or claims by reason of alleged defects:.in..any plans -and specifications,
unless that liability or claim is due to, or arises out of, the sole willful or negligent
conduct of the City or its employees.
..
. . . .. ,, .. ’, .. . Contractor’s indemnification shall include. any.;and:.all..c&t ‘and, expense, attorne,y’s
XVII. JURISDICTUON
A. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San
Diego County, California.
XVIII. STATUS OF THE CONTRACTOR
A. The Contractor shall perform the services provided for herein in the Contractor’s
own way as an independent contractor and in pursuit of Contractor’s independent
calling, and not as an employee of the City. Contractor shall be under control of the
City only as to the result to be accomplished but shall consult with the City as
provided for in this agreement.
B. The Contractor is an independent contractor with the City. The payment made to
Contractor pursuant to this agreement shall be the full and complete compensation
to which Contractor is entitled pursuant to this agreement. The City shall not make
any federal or state tax withholdings on behalf of the Contractor. The City shall not
be required to pay any worker’s compensation insurance on behalf of the
Contractor. The Contractor agrees to indemnify the City for any tax, unemployment
compensation, retirement contribution, social security, payment of wages or
0. 0
worker’s compensation payment which the City may be required to make on behalf
of Contractor or any employee of Contractor for work done under this agreement.
C. The Contractor shall be aware of the requirements of the Immigration Reform and
Control Act of 1986 (8 U.S.C. Sec. 1101 - 1525) and shall comply with hose
requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors, and consultants that are included in this
agreement.
XIX. SUBCONTRACTING AND ASSIGNMENT
A. The Contractor shall neither subcontract nor assign any obligation or interest in this
agreement without the prior written approval of the City in its absolute discretion.
XX. PROHIBITED INTEREST
A. No official of the City who is authorized in such capacity on’ behalf of the City to take
part in negotiating, making, accepting, or.. approving this contract,. , or any
architectural, engineering construction or .. material . supply contractor or
subcontractor- associated with this contract, 1 shall become directly or indirectly
- . , . ,.. . interested personally in this contract or i,n,any part thereof. No:employee, architect,. .. . ..
,, ... .. , ’ I engineer, inspector or attorney.of-or for the City-who is authorized in such capacit.y ,. .. ..
.. . . ’ and on behalf.,of .the City to exercise any executive, supervisory, or other similar. , .
‘functions in connection with the.perforrnance of this contract shall become directly
or indirectly interested personally in this contract or any part thereof:
XXI. VERBAL AGREEMENT OR CONVERSATION
A. No verbal agreement or conversation with any office, agent, or employee of the
City, either before, during, or after the execution of this contract, shall affect or
modify the terms or obligations herein contained nor shall such verbal agreement or
conversation entitle the Contractor to any additional payment whatsoever under the
terms of this agreement.
XXII. ACCEPTANCE OF PUBLIC FACILITIES “AS IS”
A. Contractor acknowledges having examined the public facilities to be maintained
pursuant to this agreement and accepts them “as is.” No changes in the accepted
conditions of the facilities shall be made by Contractor without prior approval of the
Public Works Director or approved designee.
Ill
Ill
Ill
0 0
XXIII. CITY PERMITS
A. The Contractor must have a current City business license. Bidders are advised to
consult the Business License Supervisor as to the exact cost of such license if not
currently licensed.
Executed this 2nd day of June ,I9 99 .
CONTRACTOR:
Signal Maintenance, Inc.
(name of CEractor)
W Leroy J. 'Qgg, Jr.'/President
.. ..
.,
James R-pson/Sect 'y/Treas .
. . ~ ;-
, &k?&&- WLZ.
Wy.ClW,U ' c) :
.. ,.
.. ._ .. , . ,. , .. . . ..
.. . . .. .
(print name and title)
President or vice-president and secretary or assistant secretary must sign for corporations. If
only one officer signs, the corporation must attach a resolution certified by the secretary or
assistant secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
On June 2, 1999 Margarita C. Ottosson, Notary Public
personally appeared
Name and Etle of Officer (e.g., "Jane Doe. Notary Public")
*****H*** Leroy J. Ogg, Jr. & James R. Thompson *****************
Name($ of Signer(s)
@ personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) Ware
subscribed to the within instrument and
acknowledged to me that -/they executed
the same in Wtheir authorized
capacity(ies), and that by. .tUbnr/their
.signature(s) on the instrument the person(s), or
..
Place Notary Seal Above
Though the informafion below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form fo another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
0 Corporate Officer - Title(s):
0 Partner - 0 Limited (7 General
0 Attorney in Fact
0 Guardian or Conservator
Signer Is Representing:
0 1997 National Notary Association * 9350 De Soto Ave.. P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
0 0
LABOR & EQUIPMENT COST SCHEDULE
Exhibit A
Agreement No. STS99002
Traffic Signal Maintenance & Repair
for -
Item Description with
Item Unit Price or Lump Sum
- No. Price in Words ..
Unit. ..
Price ' . ' . - -.
.. 1. ' Routine .. preventive maintenance
. inspections at thirtv-four dollars ~ .. .. . .. ....... ,, ,. .. .."
,, : .,, and .fiftv I, .
.-
.. ,cents per ... ........ ., - , . ., .. . - ............... ~ ",,. .. .. I : . .. ,
' . intersection per month'. . ' 1' .. .. .. ... .. .. ...
!§ 34.50
2. Type A loop detector complete in
place at one hundred twenty-five
dollars and zero
cents each. $125.00
3. Type B loop detector complete in
place at one hundred twenty-five
dollars and zero
cents each. $1 25.00
4. Type D loop detector complete in
place at one hundred tweny-five
dollars and zero
cents each. $125.00
5. Type E loop detector complete in
place at two hundred fiftv-five
dollars and zero
cents each. $255.00
6. Type Q loop detector complete in
place at one hundred twenty-five
dollars and zero
cents each. $1 25.00
0 0
Item Description with
Item Unit Price or Lump Sum Unit - No. Price in Words Price
Item Description with
Item Unit Price or Lump Sum Unit - No. Price in Words Price
7. Loop-set testing complete in place at
fifteen dollars and
zero cents per
loop-set as defined in the agreement
documents. $1 5.00
8. Annual relamping of all incandescent
indications and type A pedestrian
signals in accordance with the
schedule specified in the agreement
at fortv-nine dollars and
zero cents per
intersection. $49.00 ' '
9. Annual conflict monitor testing at ..
..... thirty-two dolllars and ...........
zero per intersection. .. .. -- ........... 1 ,
.. ., . ,,
...... .... ......... - .I. ,:_ . .. ..
$25.00
IO. IMSA Level It Technician at
thirtv-two dollars
and fiftv cents
per regular hour. $32.50
11. IMSA Level I Technician at
twenty-six dollars
and zero cents
per regular hour. $26.00
12. General laborer at eighteen
dollars and zero - cents
per regular hour.
$1 8.00
13. Aerial truck at nine dollars
and fiftv cents per
hour. $9.50
14. Service truck at
seven dollars
and fifty cents per hour. $7.50
15. Compressor at seven
0 0
Item Description with
Item Unit Price or Lump Sum Unit No. Price in Words Price
dollars and cents
per hour. $7.00
TOTAL AGREEMENT AMOUNT: $129,819.00
0 *
LIST OF INTERSECTIONS
Exhibit B
Agreement No. STS99002
for
Traffic Signal Maintenance & Repair
MA1 N
1 Adams Dr
2 Alga Rd
3 Alga Rd
4 Alga Rd
5 Alga Rd
6 Ambrosia Ln 7 Arena1 Rd
8 Armada Dr
9 Aston Av
1 8 Avenida Encinas
1 1 Avenida Encinas
12 Avenida Encinas
13 Avenida Encinas
1 4 Aviara Pkwy
15 Aviara Pkwy
16 Aviara Pkwy
17 Aviara Pkwy
1 8 Batiquitos Dr
19 Beech Av
20 Cadencia St
21 CaBle Barcelona
22 Calle Barcelona
23 Camino Alvaro
24 Camino de las Ondas
25 Camino de 10s Coches
26 Camino de 10s Coches
27 Camino Vida Roble
28 Camino Vida Roble
29 Cannon Rd
30 Cannon Rd
31 Cannon Rd
& CROSS
& Tamarack Av
& Alicante St
& Corintia St
& El Camino Real
& El Fuerte St
& Aviara Pkwy
& El Camino Real
& Palomar Airport Rd
8a College Blvd . . i
& Carlsbad Blvd. : :.- ! : .' I
& PaIomar Aiiport Rd. ' -. .. '. I,
& Poinsettia Ln , . . .
& San Lucas
ti Batiquitos tn
& Black Rail Ct
8t Four Seasons R
& Manzanita St
& Poinsettia Ln
& Carlsbad Blvd
& La Costa Av (future)
& El Camino Real
& Rancho Santa Fe Rd
& Rancho Santa Fe Rd
& Paseo del Node
& Rancho Santa Fe Rd
& Stagecoach
& El Camino Real
& Palomar Airport Rd
& Carlsbad Blvd
& Lego Dr
& Paseo del Norte
0 0
LIST OF INTERSECTIONS
Exhibit B
(continued)
MAIN & CROSS
32 Carlsbad Blvd & Carlsbad Village Dr
33 Carlsbad Blvd & Cerezo Dr
34 Carlsbad Blvd & Grand Av
35 Carlsbad Blvd & Island Wy
36 Carlsbad Blvd & Pine Av
37 Carlsbad Blvd & Poinsettia Ln
38 Carlsbad Blvd & Solamar Dr
39 Carlsbad Blvd & Tamarack Av
40 Carlsbad Village Dr 89 Concord St . '
.I 41 Carlsbad Village Dr : & El Camino Real .. :i ..-
, ,. . - . I ... .. '' . . . '. ", 42 Carfsbad Village Dr .,& ' Harding St:,. :.."'- . ' .. .. .. .' ... .. . '"
..,. 43 Carlsbad Village Dr .& High1and;Dr "
44 Carlsbad Village Dr & Jefferson St
45 Carlsbad Village DP & Madison St
46 Carlsbad Village Dr 89 Monroe St
47 Carlsbad Village Dr & Pi0 Pic0 Dr
48 Carlsbad Village Dr & Roosevelt St
49 Carlsbad Village Dr & State St
50 Cassia Rd & El Camino Real
51 Chestnut Av & El Camino Real
52 Chestnut Av & Monroe St
53 Cinema wy & Marron Rd
54 College Blvd & El Camino Real
55 College Blvd & Faraday Av
56 College Blvd & Palomar Airport Rd
57 Costa del Mar Rd & El Camino Real
58 Dove Ln & El Camino Real
59 El Camino Real & Faraday Av
60 El Camino Real & Hosp Wy
61 El Camino Real & Kelly Dr
62 El Camino Real & La Costa Av
e 0
LfST OF INTERSECTIONS
Exhibit 6
(continued)
MAIN & CROSS
63 El Camino Real & Levente St
64 El Camino Real & Marron Rd
65 El Camino Real & Palomar Airport Rd
66 El Camino Real & Plaza Dr
67 El Camino Real & Rancho Carlsbad Dr
68 El Camino Real & Tamarack Av . . '
69 El Fuerte St & Palomar Airport Rd ' ' '
78 Grand Av- . & Jefferson St: *" ' '
71 Grand Av 8a Roosevelt St .': : . .
; : , 7.2 Grand Av & State St .' ,'.I ::. : I.; i .. . . i .,
73 Hidden Valley FW & Palsmar &m6B,-Rd;: ....:'<..'. ; .-,,::;
74 Jefferson St & Laguna Dr .- . % .
75 Jefferson St & Las Flores Dr . .
76 Jefferson St & Marron Rd
77 Jefferson St & Tamarack Av
78 La Costa Av & Rancho Santa Fe Rd
79 La Costa Av & Romeria St (future)
80 La Costa Av & Viejo Castilla Wy (future)
81 Marron Rd & Monroe St
82 Melrose Dr & Palomar Airport Rd
83 Melrose Dr & Rancho Santa Fe Rd
84 Palomar Airport Rd & Palomar Oaks Wy
85 Palomar Airport Rd & Paseo del Norte
86 Palomar Airport Rd & Yarrow Dr
87 Paseo del Norte & Poinsettia Ln
88 Alga Rd & Melrose Dr
89 Aviara Pkwy & Mimosa Dr
..
0 0
AGREEMENT FOR SIGNAL MAINTENANCE & REPAIRS
0 0 AGREEMENT FOR SIGNAL MAINTENANCE & REPAIRS
Monthly inspection Checklist (continued)
1 = Repairs Completed by Contractor per maintenance agreement
2 = Repairs completed by Contractor at City's request - incident number assigned
3 = Referred to City for repairs
0 0 AGREEMENT FOR SIGNAL MAINTENANCE & REPAIRS
Quarterly Inspection Checklist
* 1 = Repairs completed by Contractor per maintenance agreement
2 = Repairs completed by Contractor at City's request - incident number assigned
3 = Referred to Ci for repairs
0 e
AGREEMENT FOR SIGNAL MAINTENANCE & REPAIRS
Quarterly inspection Checklist (continued)
0 a
CITY OF CARLSBAD
AGREEMENT FOR SIGNAL MAINTENANCE & REPAIRS
Annual Inspection Checklist
./