Loading...
HomeMy WebLinkAboutAgricultural Pest Control Inc; 2004-10-22; PWGS233AMENDMENT NO.5 TO EXTEND AND AMEND AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES (Agricultural Pest Control, Inc.) PWGS233 hS-Amendment No. 5 is entered into and effective as of the or day of , 2008, extending and amending the agreement dated October 22, 2004 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Agricultural Pest Control, Inc. ("Contractor") (collectively, the "Parties") for agricultural pest control services. RECITALS A. On October 14, 2005, the Parties executed Amendment No. 1 to the Agreement to extend and fund the agreement for a one-year period; and B. On February 27, 2006, the Parties executed Amendment No. 2 to the Agreement to add services to Aviara Community Park and Hidden Canyon Community Park; and C. On October 18, 2006, the Parties executed Amendment No. 3 to the Agreement to extend and fund the Agreement for a one-year period; and D. On October 19, 2007, the Parties executed Amendment No. 4 to the Agreement to extend and fund the Agreement for a one-year period; and E. The parties desire to extend and fund the Agreement for a period of one year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on October 22, 2009 on an agreed price not to exceed One Hundred Thousand dollars and Zero cents ($100,000). 2. Contractor will complete all work associated with this Agreement by October 22, 2009, and by October 22 of all subsequent agreement years. 3. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 5. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR *B CITY OF \CAJ3LSBAD, a corporation <|f/tneS|tateAof (sifcjn here) o u «/£/e (print name/title) (e-mail address). LORRANE M. WOOD City Clerk (print name/title) (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: Deputy City AttoViey)Vie\ City Attorney Approved Version #05.22.01 AMENDMENT NO. 4 TO EXTEND AND AMEND AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES (Agricultural Pest Control, Inc.) This Amendment No. 4 is entered into and effective as of the /^ day of , 200_7_, extending and amending the agreement dated October 22, 2004 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Agricultural Pest Control, Inc., ("Contractor") (collectively, the "Parties") for agricultural pest control services. RECITALS A. On October 14, 2005, the Parties executed Amendment No. 1 to the Agreement to extend and fund the Agreement for a one-year period; and B. On February 27, 2006, the Parties executed Amendment No. 2 to the Agreement to add services to Aviara Community Park and Hidden Canyon Community Park; and C. On October 18, 2006, the Parties executed Amendment No. 3 to the Agreement to extend and fund the Agreement for a one-year period; and D. The Parties desire to alter the Agreement's scope of work to discontinue pest control services at Aviara Oaks School, Magnolia Elementary School, Maintenance & Operations Yard and Farmers Building, and commence pest control services at Pine Park and Holiday Park; and E. The Parties desire to extend and fund the Agreement for a period of one year. F. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed Sixteen Thousand, Four Hundred Seventy dollars ($16,470.00). 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a per service basis. Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by October 22, 2008 and all subsequent Agreement years. City Attorney Approved Version #05.22.01 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR (e-mail address) A/A7T (print name/title) (f a oi., LORRA1NI City Clerk icipal (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or •Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R^BgLI., City Attorney Depu Attorney City Attorney Approved Version #05.22.01 AMENDMENT NO. 4 AGRICULTURAL PEST CONTROL SERVICES (Agricultural Pest Control, Inc.) EXHIBIT "A" SCOPE OF SERVICES AND FEE DISCONTINUED SERVICE AREAS: PROPERTY NAME ADDRESS ANNUAL SERVICE EVENTS PER SERVICE ANNUAL FEE (Ext. Amount) Aviara Oaks School Athlptir FiplrlQ Magnolia School rtiniciic rieiQS Farmers Building r ropcny Operations and ividinicnance Taru TOTAL ESTIMATED ANNUAL SERVICE COSTS 6900 Ambrosia Lane /Th^mop Dr/->o 1 1 O7 r\R\( i nomas Bros, i \^.i DO) 1905 Magnolia Avenue fTh/-»m£io Rmo 1 *1 C\& (~^E.\\ i n(jmds DIUS. i iuo ooj 5815EICaminoReal /Thnmoo Droo 1 1 O7 PI ^\ i nomds Bros, i i ^ / 1 1 / 5950 El Camino Real /Thnmoe Drno ^ 1 O7 CO\\ i nomas Bros, i i^/ ^^/ 30 30 30 30 $49.00 $30.00 $42.50 $20.00 $1470.00 $900.00 $1275.00 $600.00 $4,245.00 ADDED SERVICE AREAS: PROPERTY NAME ADDRESS ANNUAL SERVICE EVENTS PER SERVICE ANNUAL FEE (Ext. Amount) Holiday Park Pine Park and Adjacent Lots* *APN: 2040930200 2040930300 2040930400 2040930500 2040930800 2040930900 3200 Pio Pico Drive (Thomas Bros. 1106F5) 3333 Harding Street (Thomas Bros. 1106E5) 30 30 $49.00 $92.50 TOTAL ESTIMATED ANNUAL SERVICE COSTS $1,470.00 $2,775.00 $4,245.00 City Attorney Approved Version #05.22.01 AMENDMENT NO. 3 TO EXTEND AND AMEND AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES (Agricultural Pest Control, Inc) This Amendment No. 3 is entered into and effective as of the a" day of , 2006P . extending and amending the agreement dated_ _ October 22, 2004 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Agricultural Pest Control, Inc., ("Contractor") (collectively, the "Parties") for Agricultural Pest Control Services. RECITALS A. On October 14, 2005 the Parties executed Amendment No. 1 to the Agreement to extend and fund the agreement for a one-year period: and B. On February 27, 2006 the Parties executed Amendment No. 2 to the Agreement to add services to Aviara Community Park and Hidden Canyon Community Park: and C. The Parties desire to extend and fund the agreement for a period of one year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on October 22, 2007 in an amount not-to-exceed Sixteen Thousand Four Hundred Seventy dollars ($16,470.00). 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor ATTEST: (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney City Attorney Approved Version #05.22.01 AMENDMENT NO. 2 TO AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES (Agricultural Pest Control, Inc.) JTiis Amendment No. 2 is entered into and effective as of the " _ day of _, 200^_, amending the agreement dated October 22, 2004 (the "Agreement") $/y and between the City of Carlsbad, a municipal corporation, ("City"), and Agricultural Pest Control, Inc., ("Contractor") (collectively, the "Parties") for agricultural pest control services on City-owned properties. RECITALS A. On October 14th, 2005, the Parties executed Amendment No. 1 to the Agreement to extend Pest Control Services for a period of one year from the date first above written. B. The Parties desire to alter the Agreement's scope of work to add pest control services forAviara Community Park and Hidden Canyon Park. C. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a monthly basis not-to-exceed Three Thousand Five Hundred Forty dollars Per Year ($ 3,540.00 ). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by October 22, 2006 and all subsequent agreement years. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR *B (print name/title) (print name/title 1 QuPl . (e-mail address) ^x CITY OF CARLSBAD, a municipal corporation of the State of California ^^ nfy ManqjQr-/?r M^ynr ATTEST: IN City Clerk '''9 ^mM^'-^ If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President "Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Deputy City Attorney City Attorney Approved Version #05.22.01 EXHIBIIT "A" SCOPE OF SERVICES AND FEE AMENDMENT NO. 2 TO AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES Item #1 To provide pest control services on a monthly basis, in accordance with the original Agreement, at Aviara Community Park, for two hundred ten dollars ($210.00) monthly, not to exceed two thousand five hundred twenty dollars ($2,520.00 ) per agreement year. Service at this site shall begin after a written notice to proceed is provided by the Contract Administrator. Item #2 To provide pest control services on a monthly basis, in accordance with the original Agreement, at Hidden Canyon Park, for eighty-five dollars ($85.00) monthly, not to exceed one thousand twenty dollars ($1,020.00) per agreement year. Service at this site shall begin after a written notice to proceed is provided by the Contract Administrator. City Attorney Approved Version # 05.22.01 AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR AGRICULATRUAL PEST CONTROL SERVICES Agricultural Pest Control, Inc. Thi Amendment No. 1 is entered into and effective as of the day of , ZOK, extending and amending the agreement dated October 22, 2004 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, (“City”), and Agricultural Pest Control, Inc., (“Contractor“) (collectively, the “Parties”) for agricultural pest control services on City-owned properties. &!, RECITALS A The Parties desire to alter the Agreement‘s scope of work to extend and fund the Agreement for a period of one year, and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year, ending on October 22, 2006, in an amount not to exceed Twelve Thousand Nine Hundred and Thirty dollars ($1 2,930.00). 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. .. .. .. ... ... ... ... ... ... ... 1 City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. M4l-r p,, gn7. 4 cc/ rnz *r (print namekitle) ATTEST: If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: City Attorney Approved Version #05.22.01 2 AGREEMENT FOR AGRICULTURAL PEST CONTROL SERVICES THIS AGREEMENT is made and entered into as of the 22 h/ 3 corporation, ("City"), and Aqricultural Pest Control Inc., a CorDoration, ("Contractor"). day of =-JVi3m >- 20 04, by and between the CITY OF CARLSBAD, a municipal RECITALS A. City requires the professional services of a Pest Control Contractor that is B. Contractor has the necessary experience in providing professional C. Selection of Contractor is expected to achieve the desired results in an D. Contractor has submitted a proposal to City and has affirmed its experienced in Aqricultural Pest Control. services and advice related to Aqricultural Pest Control. expedited fashion. willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A, which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one year from the date first above written. The City Manager may amend the Agreement to extend it for four additional one-year periods or parts thereof in an amount not to exceed Twelve Thousand Nine Hundred and Thirtv Dollars ($12.930.00) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. Time is of the essence for each and every provision of this Agreement TIME IS OF THE ESSENCE 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be Twelve Thousand Nine Hundred and Thittv Dollars ($12.930.00). No other City Attorney Approved Version #04.01.02 1 compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work andlor Services specified in Exhibit "A. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A'. The Contractor will perform work in accordance with all applicable Carlsbad Municipal Code sections, California building codes, California electrical codes and OSHA standards. The Contractor shall submit invoices to the Public Works Superintendent, Parks, by the 5th day of the month for work performed in the previous month under this contract. The Contractor shall provide detailed records of all work performed and include all required reports of facilities serviced. Failure to provide the required documents, invoices, and reports will result in the City of Carlsbad withholding payment to the Contractor until all the required documentation is provided to the City. If an increase in compensation for service in succeeding option years is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The requested increase will be evaluated by the City, and the City reserves the right to accept or reject the Contractor's requested Compensation increase. This Agreement's annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the San Diego Consumer Price Index changes over the previous year. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then-current agreement year and is subject to negotiation or rejection by the City. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. City Attorney Approved Version #04.01.02 2 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VI. 10.1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will 3 City Attorney Approved Version #04.01.02 obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.2 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 10.2.3 Contractor will obtain occurrence coverage. This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. The Contractor shall provide updated and current certificates of insurance and endorsements to the City upon expiration, cancellation, or modification of any policy furnished under this agreement. 10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. City Attorney Approved Version #04.01.02 4 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all-claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Contractor: Name- - Title Parks Superintendent Department P W General Services City of Carlsbad Address 405 Oak Avenue Addressl?k& Phone No -(760) 434-2941 Title -PA hl PhoneNo%? - =b 2m 22 >=. b . ,cs Cfzl2b x /oy - Carlsbad. CA 92008 City Attorney Approved Version W4.01.02 5 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor’s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City’s Conflict of Interest Code is required of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor’s services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon 6 City Attorney Approved Vemion #04.01.02 the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be assertedas part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement City Attorney Approved Version #04.01.02 7 for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill City Attorney Approved Version #04.01.02 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CITY OF CARLSBAD, a municipal corporation of the State of California Pw%?7PL City Manager or Mayor (print namdtitle) J ATTEST: City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. .. .. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: P beputy City Attornby 9 City Attorney Approved Version #04.01.02 EXHIBIT “A” CITY OF CARLSBAD AGRICULTURAL PEST CONTROL SERVICES SCOPE OF SERVICES PROPERTY LIST AND SERVICE FEE PROPOSAL SCHEDULE “A” SPECIFICATIONS FOR AGRICULTURAL PEST CONTROL SERVICES 1. INTENT a. To furnish all professional services, skilled labor, materials, equipment, tools, insurance, permits and fees (if any) necessary to render the services according to the specifications set forth in this outline. This contract is intended to provide all contractually required pest control for the properties listed in the “Monthly Service Fee” section of the “Vendor’s Proposed Cost of Services” chart. b. To notify designated personnel when sanitation or other in-house factors become a problem to the extent that a satisfactory level of pest control cannot be maintained within the scope of services described herein. Such conditions or factors will be noted on the Service and Inspection Report. II. SCOPE OF SERVICES a. Perform a complete inspection of properties on each service event for signs of rodent or other animal activity or infestation. b. When rodent or other animal activity is found, control measures will be applied andlor increased in the areas of activity. c. The Contractor shall provide any and all notification, posting required by Federal, State, Local or School District laws, rules or regulations as an included part of the Vendor‘s Proposed Cost of Service chart. d. Services include removal and control of rats, squirrels, mice, rabbits, gophers or any other non-protected nuisance animal infestation of the properties listed in the Vendor’s Proposed Cost of Service Chart. e. Unless specifically stated otherwise in the Vendors Proposed Cost of Service Chart, areas to be serviced under this agreement include all outdoors areas of the property listed. f. Submittal of Service and Inspection Reports and any recommendations for preventative measures. A service evaluation report shall be filled out after each visit detailing areas treated chemicals andlor materials used, as well as any observations or information that may be appropriate. A signed copy City Attorney Approved Version #04.01.02 10 of the reports shall be givenlsent to the Park Superintendent after each service. 111. NATURE OF WORK AND MATERIALS USED a. All work will be performed in a safe manner and in accordance with the most modern and effective scientific pest control procedures. b. Only those pesticides will be used which have been registered by the Environmental Protections Agency and other governmental agencies having authority in this field. All pesticides label requirements, laws and regulations will be strictly adhered to including California Department of Pesticide Regulations Compliance for usage and reporting and any requirements for pollution prevention, public notification or any other regulatory requirements. The Contractor shall utilize zinc phosphide or aluminum phosphide as the control agent unless specifically prohibited by law. c. The Contractor shall furnish the Public Works Superintendent, Parks, with Materials Data Safety Sheets for all pesticides used in conjunction with it's pest control activities. IV. SERVICE SPECIFICATIONS A. Inspection a. Contractor shall furnish the Public Works Superintendent, Parks, with monthly schedule of services including dates and times for inspection and treatment of all facilities. b. Upon each service visit, the Service technician will make a thorough inspection of each property and shall make notations as described in this section. c. Areas of active infestation will be noted on the service report. d. Areas of potential infestation and problems will be noted. e. Evidence of any animal activity will be reported to the Public Works Superintendent, Parks. B. Treatment a. Any and all needed action will be taken to render complete, preventative and corrective rodent or other animal abatement treatments. b. Service technicians must posses a Qualified Applicators Certificate from the State of California appropriate to these maintenance services and shall perform all pesticide or bait applications under this agreement. City Attorney Approved Version #04.01.02 11 C. Freauencv and Maintenance Levels a. Bi-Monthly service is required at each of the Properties listed in the Vendors Proposed Cost of Service chart. Weekly maintenance will be required for a twelve-week period beginning the first Monday in the month of March. b. All evidence of infestations shall be treated at each property on each service visit. No more than two (2) new nests, burrows, mounds, or other evidence of animal activity per acre shall be allowed between scheduled service events. If maintenance levels are not maintained, the Contractor shall perform additional service events to maintain the required service levels. c. Additional applications, trap installations or rodent removals, when necessary, will be performed within 24-hours of a request from the Public Works Superintendent, Parks when rodent activity is not controlled to the level required in this agreement. There shall be no additional compensation for additional services or treatments to bring the properties into compliance with these maintenance levels. V. VI. VII. REPORT FORMS AND RECORD KEEPING a. A detailed "Service and Inspection Report" will be prepared and furnished to the Public Works Superintendent, Parks, once per month. This report will reflect housekeeping conditions, rodent activity, corrective and preventative treatments, pesticide use and percentage and amount of pesticide used at each property treated under this agreement. A copy will be maintained in the pest control company' s files. b. In the event of corrective service calls, a Supplemental detailed "Service and Inspection Report" will be prepared and furnished to the Public Works Superintendent, Parks, by the pest control company. This report will reflect housekeeping conditions, rodent activity, corrective and preventative treatments, pesticide use and percentage and amount of pesticide used at each facility treated under this agreement. A copy will be maintained in the pest control company' s files. INSURANCE a. The pest control company will have full insurance coverage as described in the attached agreement and will furnish the Certificate@) of Insurance upon request or when renewed for the duration of this agreement. QUALIFICATIONS OF CONTRACTOR City Attorney Approved Version #04 01.02 12 a. The Contractor shall possess and shall maintain all valid and appropriate licenses from the State of California Department of Pesticide Regulations for the duration of this agreement. b. The Contractor shall possess an Agricultural Pest Control Operator license appropriate to these services from the State of California Department of Pesticide Regulations for the duration of this agreement. c. The Contractor shall possess a valid registration with the County of San Diego Department of Agriculture, Weights and Measures. d. The Contractor shall provide the City with copies of all required licenses. e. The Contractor shall provide uniformed, properly trained and licensed personnel for all work performed under this agreement. VIII. ENFORCEMENT AND DEDUCTIONS a. If, in the judgment of the Public Works Superintendent, Parks, the vendor is deemed to be non-compliant with the terms and obligations of the agreement, the Public Works Superintendent, Parks, may, in addition to other remedies provided herein, withhold or deduct the entire monthly payment, from the vendor's invoice for work not performed or not meeting the specifications of this agreement. The Public Works Superintendent, Parks, will forward notification of the amount to be withheld or deducted from payments to the vendor in a written notice describing the reasons for said action. The written notice shall constitute reason for any deductions so imposed. 13 City Attorney Approved Version W.01.02 VENDOR’S PROPOSED COST OF SERVICE* AGRICULTURAL PEST CONTROL SERVICES The matrix below describes items upon which the City requests a proposal. Please note that the numbers listed in the “Quantity and Units” category of the matrix below are estimates only, and will not be used for any purpose other than to compare proposals received in response to this Request for Proposal. The actual payments made to the Vendor will be based on the Vendor’s actual work performed for the City consistent with the terms and conditions of the contract documents. The Contractor declares helshe has carefully examined the locations of the work, read the Request for Proposal, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work in this Agricultural Pest Control Agreement in accordance with the specifications of the City of Carlsbad, and the scoDe of services and that helshe will take in full Davment therefore the PROPERTY NAME ANNUAL FEE ANNUAL PER SERV’CE SERVICE (Ext. Amount) EVENTS ADDRESS Country C (Thnrnas . ~ )r. -n Rd. and Car , , . . . Bros. 1126 G2) ‘^idencia St. iomas Bros. 1127 J7) 30 $1 125.00 30 $30.00 $900.00 Stagecoach Park Aviara Oaks School Athletic Fields Calavera Hills Park (Includes Open Space Banks and Slooes (Thomas &os. 1107 A4) 30 $49.00 $1470.00 30 $49.00 $1470.00 3420 Camino de 10s Coches (Thomas Bros. 1147 J2) 6900 Ambrosia Ln. (Thomas Bros. 1127 D6) 2997 Glasqow Dr. I I City Attorney Approved Version #04.01.02 14