HomeMy WebLinkAboutJ&M Keystone Inc; 2007-03-27; PWGS301AMENDMENT NO. 4 TO EXTEND AND AMEND AGREEMENT FOR
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone, lnc
PWGS301
dment No. 4 is entered into and effective as of the /* dayof
a*/ , 2010, extending and amending the agreement dated
March 27, 2007 (fie "Agreement") by and between the City of Carlsbad, a municipal
corporation, ("City"), and J & M Keystone, Inc., ("Contractor") (collectively, the "Parties") for
gutter and sidewalk pressure washing services.
RECITALS
A. On July 25, 2007, the Parties executed Amendment No. 1 to the Agreement to
alter the Scope of Work to include semi-annual pressure washing service of areas adjacent to
the seawall; and
B. On March 27, 2008, the Parties executed Amendment No. 2 to the Agreement to
extend and amend the Agreement for Gutter and Sidewalk Pressure Washing Services; and
C. On January 27, 2009, the Parties executed Amendment No. 3 to the Agreement
to extend and amend the Agreement for Gutter and Sidewalk Pressure Washing Services and to
include a negotiated increase in unit prices; and
D. 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 March 27, 2011 on an agreed upon price and on a
time and materials basis not-to-exceed One Hundred Thousand dollars ($100,000).
2. City will pay Contractor for all work associated with those services on an agreed
price and on a time and materials basis not-to-exceed One Hundred Thousand dollars
($100,000). 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. 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 CITY OF CARLSBAD, a municipal
corporation of the State of California yb&&- 7 I
C~tjManager eMaym
(prlnt namelt~tle) ATTEST
(print nameltitle)
(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 offtcer from each of the
following two groups.
'Group A.
Chairman,
President, or
4ice-President
"Group B.
eecretary,
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. 3 TO EXTEND AND AMEND AGREEMENT FOR
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone, Inc
PWGS301
^This Amendment No. 3 is entered into and effective as of the Of ( _ day of
v\ _ > 2009, extending and amending the agreement dated
27, 2007 (tfwji "Agreement") by and between the City of Carlsbad, a municipal
corporation, ("City"), and J & M Keystone, Inc., ("Contractor") (collectively, the "Parties") for
Gutter and Sidewalk Pressure Washing Services (PWGS301).
RECITALS
A. On July 25, 2007, the Parties executed Amendment No. 1 to the Agreement to
alter the Scope of Work to include semi-annual pressure washing service of areas adjacent to
the seawall; and
B. On March 27, 2008, the Parties executed Amendment No. 2 to the Agreement to
extend and amend the Agreement for Gutter and Sidewalk Pressure Washing Services; and
C. The Parties desire to extend and fund the Agreement for a period of one year
ending on March 27, 2010; and
D. The Parties have negotiated and agreed to a unit cost increase of 2.3% in
accordance with Attachment A, Mutually Agreed Covenants.
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 March 27, 2010 on an agreed upon price basis not-
to-exceed One Hundred Thousand dollars ($100,000) per Agreement year.
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
*By,
(sign here)
(print name/title)
(sign here)
(print name/title)
(e-mail address)
CITY OF
corporation
?LSBAD, a municipal
of California
- By:
ATTEST"
LORi^lNEIvTwOOD
City Clerk
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
Assistant Ccerctof
CfOui Aaaiaiaiil
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:
RONALDR. BALI^tyAttorney
MKBy:
City Attorney Approved Version #05.22.01
MUTUALLY AGREED COVENANTS
Exhibit A
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone
(PWGS301)
With execution Amendment No. 3 to Extend and Amend the Agreement for Gutter and
Sidewalk Pressure Washing Services, PWGS301, it is hereby agreed by the Parties as
follows:
1. All unit costs listed in the existing Cost of Services (attached) may be increased
by 2.3%, effective March 27, 2009.
City Attorney Approved Version #05.22.01
COST OF SERVIC
Exhibit A
GUTTER & SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone
(PWGS301)
Item
No. Item Description
1. Bi-annual Sidewalk-Paving Pressure
Washing Services
2. Quarterly Curb & Gutter Pressure
Washing Services
3. On Call "Spot" Sidewalk-Paving
Pressure Washing Services
4. Semi-annual Pressure Washing
Services previously added to
Agreement per Amendment No. 1
executed July 25, 2007.
Original
Unit Price
$13,293.33 each
$0.1249 linft
$395.00 each
Amendment #3
Adjusted
Unit Price
$13,599.08 each
$0.1278 linft
$404.09 each
$2,706.00 each $2,768.24 each
City Attorney Approved Version #05.22.01
AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone, Inc
PWGS301
(This Amendment No. 2 is entered into and effective as of the * day of
srft^cj^, , 2008, extending and amending the agreement dated
March 27, 2007 (the "Agreement") by and between the City of Carlsbad, a municipal
corporation, ("City"), and J & M Keystone, Inc., ("Contractor") (collectively, the "Parties") for
Gutter and Sidewalk Pressure Washing Services (PWGS301).
RECITALS
A. On July 25, 2007, the Parties executed Amendment No. 1 to the Agreement to
alter the Scope of Work to include semi-annual pressure washing service of areas adjacent to
the seawall; and
B. The Parties desire to extend and fund the Agreement for a period of one year
ending on March 27, 2009; and
C. The Parties have negotiated and agreed that all services and fees will remain
unchanged.
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 March 27, 2009 on a time and materials basis not-
to-exceed One Hundred Thousand dollars ($100,000).
2. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
4. The individuals executing this Amendment and the instruments referenced in it
on behalf of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
(e-mail address)
'By:
-7
(sign here)
(print name/title)
(e-mail address)
unicipal
ia
(print name/title)
. Co s\
LO
City Clerk
.^j>
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a Corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
*Group A.
Chairman,
President, or
Vice-President GTOTJnftsststemW^easurer
Assistant Oewetary.
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
B. JQJU
Deputy CityAttorne
City Attorney Approved Version #05.22.01
AMENDMENT NO. 1 TO GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J & M Keystone, Inc.
__
mendment No. 1 is entered into and effective as of the o>/ _ day of
200^2_, amending the agreement dated March 27, 2007 (the___
"Agfeemeity") by a$d between the City of Carlsbad, a municipal corporation, ("City"), and J & M
Keystoner Inc., ("Contractor") (collectively, the "Parties") for Gutter and Sidewalk Pressure
Washing Services.
RECITALS
A. The Parties desire to alter the Agreement's scope of work to add semi annual
pressure washing service as described in Appendix "A"; and
B. 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 an agreed price basis not-to-exceed Five Thousand Four Hundred
Twelve dollars ($5,412.00) per agreement year. Contractor will provide City, on a monthly basis,
copies of invoices sufficiently detailed to include hours performed, hourly rates, agreed prices
and related activities and costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by March 27,
2008 and by March 27 of any 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 instalments
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
(sign hepfi)
Ron Martin, President
(print name/title)
nwilubum@jmkeystone.ccm
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
City Manager or Mayor
ATTEST:
"feign here) ~
Joe Welch, CFO
c\fejd£.£
LORRAINE M-WOOry)
qfty Clerk1-' w
(print name/title)
nwilburn§jmkeystone.com
(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
EXHIBIT "A"
AMENDMENT #3 TO CUSTODIAL MAINTENANCE SERVICES
SCOPE OF SERVICES AND FEE
1. The Contractor will provide semi annual pressure washing services in accordance with
the original agreement including "value added" services, on an agreed price basis of
Two Thousand Seven Hundred and six dollars ($2,706.00) per cleaning. Total
compensation for both cleanings shall not exceed Five Thousand Four Hundred and
Twelve dollars ($5,412.00) per agreement year. Service will begin immediately upon
receipt of a Notice to Proceed from the Project Manager. Future semi-annual cleaning
shall coincide with the scheduled cleaning of the downtown area. This work shall occur
in the following area:
• All flatwork located on the upper western side of Carlsbad Boulevard between
Pine Avenue and the State owned restroom at Tamarack Avenue.
• The top landing of each stairway leading from the above referenced flatwork to
the seawall or beach.
• Bottom rails of all aluminum fencing, handrails or pedestrian guardrails attached
to the areas pressure washed by the Contractor. Pressure washing of handrails
attached to stairways is not included in this item.
The total compensation for all items included in this amendment shall not exceed Five
Thousand Four Hundred Twelve dollars ($5,412.00) per agreement year.
City Attorney Approved Version # 05.22.01
AGREEMENT FOR GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
J&M Keystone, Inc.
THIS AGREEMENT is made and entered into as of the Off day of
2aV"}. by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and J&M Keystone, Inc. a corporation, ("Contractor").
RECITALS
A. City requires the services of a Pressure Washing Contractor that is
experienced in providing routine, recurring and usual commercial gutter and sidewalk
pressure washing services necessary for the protection and preservation of City owned
or maintained facilities for their intended purposes.
B. Contractor has the necessary experience in providing services and advice
related to providing routine, recurring and usual commercial gutter and sidewalk
pressure washing services necessary for the protection and preservation of City owned
or maintained facilities their intended purposes.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a bid to City and has affirmed its 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 the gutter and
sidewalk pressure cleaning services described in the Scope of Work contained in the
City's Request for Bids and the Contractor's bid, which are incorporated by this
reference in accordance with this Agreement's terms and conditions. The Contractor
will perform gutter and sidewalk pressure washing services as scheduled and as
authorized on an agreed price basis as specified in the Contractor's bid. Nothing in this
agreement is intended to create an exclusive arrangement between City and
Contractor. The City reserves the right to procure gutter and sidewalk pressure
washing services from other vendors as the City deems appropriate.
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 One Hundred
Thousand dollars ($100,000) 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. Either the City or the Contractor
may decline to confirm the renewal of the contract for any reason whatsoever, which
shall render the renewal option null and void
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The Contractor's gutter and sidewalk pressure cleaning work will be by paid at an
agreed price per location and service event as indicated in the Contractor's bid. The
total fee payable for the Services to be performed during the initial Agreement term will
not exceed One Hundred Thousand dollars ($100,000). No other 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 and/or Services specified in the Contractor's bid.
The Contractor will perform work in accordance with all applicable Carlsbad
Municipal Code sections, OSHA standards and any other regulatory requirements.
The Contractor shall submit invoices to the Street Superintendent, or his authorized
representative 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 areas serviced under this agreement. 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 City will evaluate the requested increase, 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 this 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.
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.
10. 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-:V".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless the 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 obtain such
additional insurance coverage, as Contractor deems adequate, at Contractor's sole
expense.
10.1.1 COMMERCIAL GENERAL LIABILITY 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.
10.1.2 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.
10.1.3 ANY AUTO COVERAGE
Insurance 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.
10.1.4 Workers' Compensation and Employer's Liability.
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.
10.1.5 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 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.
10.2.3 Prior to City's execution of this Agreement, Contractor will furnish
certificates of insurance and endorsements to City.
10.3 Failure to Maintain Coverage. 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.
10.4 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 documents related to services performed 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 City:
Name: Dale A. Schuck
Title: P.W. Supervisor
Department: Public Works
Citv of Carlsbad
Address: 405 Oak Avenue.
Carlsbad. CA 92008
Phone No: (760) 434-2949
For Contractor:
Name Nikki A. wilburn
Title Operations Manager
Address 2709 Via Orange Way, #A
Spring Valley, CA J1978
Phone No. (619) 466-9876
6
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
(10) 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 and/or designee. The
City Manager and/or designee 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 and/or designee will be binding upon 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 ninety (90) 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 asserted as 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 sec., 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
for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
23. JURISDICTION AND VENUE
8
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 wilt 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, the City's Request for Bid, the Contractor's Bid, and the Specifications,
together with any other written document referred to or contemplated by these
documents, 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.
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.
CONTRACTOR
*By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
(print name/title)
„—
*By:
City Manager or Mayor
ATTEST:
-~jf *T l^f^^ ' I<J ••-'TlORRINE M. WOOD
(sign here)
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be
If a Corporation. Agreement must be signed by one corporate officer from each of the
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 officers) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
Deputy City Attorney'
10
CITY OF CARLSBAD
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
EXHIBIT "A"
DETAILED SCOPE OF SERVICES AND CONTRACT SPECIAL PROVISONS
1. GENERAL
A. Contractor shall provide all necessary tools, equipment, materials, knowledge and
labor to provide gutter and sidewalk pressure cleaning and related services to City
of Carlsbad as requested. Services include but are not limited to commercial
quality pressure washing of curb, gutter and sidewalk per the City of Carlsbad's
attached cleaning specifications. Examples of work include but are not limited to:
• Commercial pressure washing of curb and gutter.
• Commercial pressure washing of concrete sidewalks, decorative tiles, bricks, non-
asphalt paving systems and miscellaneous appurtenances.
• If normal pressure washing techniques are ineffective, mechanical scrubbing
and/or chemical cleaning of heavily soiled areas will be required, including removal
of oil, chewing gum, liquid and soft drink stains, ground in dirt, plant material stains,
debris and other similar items. This specialty treatment is considered incidental to
the work and shall be paid at the established rates for "Scheduled" or "Spot"
cleaning.
• Capture and legal disposal of all cleaning compounds, liquids or other related
materials.
B. The Contractor shall provide personnel who are experienced in the type of work
specified and shall perform all services in a workmanlike manner.
C. The Contractor shall provide a safe work environment including adherence to all
safety requirements for its employees and shall provide safe access and egress for
City employees and the general public.
D. The Contractor shall return all areas surrounding his work locations to the condition
prior to his performance of services.
E. For each specific jobsite, the Contractor shall obtain approval of materials and
cleaning methods to be used from a designated City representative.
F. The Contractor will provide all materials to be used in the performance of his duties
and all such materials shall be included in the bid price for said services.
11
2. BEST MANAGEMENT PRACTICES
A. Contractor will incorporate and comply with all applicable Best Management
Practices (BMPs) during the completion of this agreement. All work must be in
compliance with the San Diego Regional Water Quality Control Board (RWQCB)
permit, Carlsbad Municipal Code and the City of Carlsbad Jurisdictional Urban
Runoff Management Plan (JURMP) incorporated herein by reference.
B. The Contractor shall indicate in his proposal methods of compliance, equipment
utilized to insure compliance, training of staff and experience in compliance with
environmental regulations.
3. TRAFFIC CONTROL
A. All work shall be conducted in a manner with minimal disruption in traffic flow.
When sidewalk or parking restrictions are necessary, Contractor will place
approved traffic control devices in accordance with standard traffic control plans. If
parking must be restricted, temporary "No Parking" signs will be placed a minimum
of 72 hours prior to the start of work. All traffic control shall be in accordance with
the California Manual on Uniform Traffic Control Devices (FHWA's MUTCD 2003
Revision 1, as amended for use in California).
B. All traffic control costs including preparation and submission of traffic control plans
are included in the Bid Item price for the associated work and no additional
payments for traffic control will be allowed.
4. SCHEDULED CLEANING
A. Gutters
Contractor will clean all gutters on the attached location listing (Attachment B) on a
quarterly basis. Contractor will have thirty calendar days to complete the quarterly
cleaning beginning no more than five working days following execution of this
agreement and then every 90 calendar days thereafter until termination of this
agreement. This work must be completed between 7:00 am and 5:00 pm Mondays
through Fridays. No weekend or holiday work will be allowed unless approved
otherwise by the Public Works Director or designee.
The locations and quantities listed on Attachment "B" are estimates only. The City
reserves the right to add or delete locations to this scheduled list. Payment for
services will be for actual quantities cleaned and payment will be rendered on a
Linear Foot basis.
B. Sidewalks and Paving
Contractor will clean all sidewalks, top of curbs, decorative tiles, bricks, paving
stones, and miscellaneous appurtenances within the village area, as outlined on
the attached map (Attachment A) and as discussed at the mandatory pre-bid
12
meeting, on a bi-annual basis. Cleaning includes all the above-mentioned items
on both sides of each street identified in Attachment "A". Contractor will take
precautions to ensure that no infrastructure is damaged during the completion of
this work. Contractor will perform routine cleaning once in the spring and once in
the fall. Contractor will have forty-five (45) calendar days to complete each
session of routine cleaning beginning on the Monday immediately following the
Carlsbad Street Faire held in May and again in November. This work must be
completed between 5:00 am and 11:00 am Mondays through Fridays. No
weekend or holiday work will be allowed unless approved otherwise by the Public
Works Director or designee.
5. ON CALL SIDEWALK/PAVING "SPOT CLEANING"
A. Periodically, Contractor may be asked to perform sidewalk/pavement pressure
washing at locations, infrastructure, and/or frequencies in addition to those
specified as routine. Contractor will respond and perform the duties specified
within three working days unless otherwise instructed by the Public Works Director
or designee.
B. Locations for spot cleaning are not limited to routine cleaning areas. Spot cleaning
locations may be any location within the City of Carlsbad.
C. All requirements for "Spot Cleaning" shall be identical to those for "Scheduled"
cleaning with the exception of hours of operation. Normal hours for "Spot" cleaning
will be Monday through Friday between the hours of 8:00 am and 4:00 pm.
D. The Contractor is guaranteed a minimum of Two-Thousand (2000) Square Feet of
"Spot" pressure washing of sidewalk/paving per each "Spot" pressure washing
occurrence.
6. SPECIFICATIONS FOR CLEANLINESS
A. The Contractor shall perform thorough cleaning of surface improvements identified
in this document. Thorough cleaning in this context means complete and total
removal of oil, chewing gum, liquid and soft drink stains, ground in dirt, plant
material stains, algae, mold, debris and other similar items. The contractor shall
take more aggressive methods to remove stubborn stains through scrubbing or
application of approved cleaning materials.
B. The Contractor shall not utilize methods or materials that damage, discolor or
otherwise damage surface improvements. If the Contractor damages surface
improvements during the course of the work, the City retains the right to withhold
payment to the contractor in an amount the City determines fair and reasonable to
repair or replace damaged improvements.
13
C. After reasonable attempts at stain removal, the Contractor shall indicate areas that
have non-removable or permanent stains. This report shall indicate the location of
staining, suspected type of staining, location of staining including nearest address
and closest cross-street. The City's representative shall inspect the areas and
shall make final determination as to the nature of the staining. If the City's
representative determines that the reported staining is not permanent, the
Contractor shall make additional attempts to remove this material and no additional
compensation shall be provided.
D. All requirements for "Spot Cleaning" shall be identical to those for "Scheduled"
cleaning with the exception of hours of operation. Normal hours for "Spot" cleaning
will be Monday through Friday between the hours of 7:00 am and 5:00 pm.
7. FUTURE ADJUSTMENTS IN SCHEDULED CLEANING.
A. For additions to the "Scheduled" cleaning areas, Contractor will be compensated at
the unit rate for that type of cleaning in accordance with the unit price bid for the
respective spot cleaning type. Deletions from the "Scheduled" cleaning areas will
be prorated at the unit rate for that type of cleaning in accordance with the unit
price bid for the respective "Spot" cleaning type. "On Call" Spot Cleaning services
will be paid at the unit price for actual work performed.
14
00
LLJ
5
O T-fi
£UJ
2
Ootz
Q. Q
*o>
<
g
CO
D
O
tn
UJI
0)t?
C
BT3
O i:C CO
in i- CM CM CO CMCM in CD *— o> in __.__._cMoinmT-Ti-cococoincMCM
OOO^
10
o co o co o
CM COTfQlCQCO COCOCO
CO
O)CO
CM h-
J§
8 N- CO CO O^— "o CD ^3 CO ^tf" *—O C O C CO CO 3CO CD CO CD CO CO UJ
£
CO
CM cM n o-ocMoo-<-T-o>c5ooM^ CCOO>OOOT-O>CO CO CO Q. CDCMr^COT-CMCMCO
CN-CDomojCD CD OO
tn
OT
*- cCO -«
2 S
.o-i
5 E
>. c CO5 w i «s oo &2 s•" •= 0-8 ™_ C N JS CO CO
< < < CD O O
ffi
LU
I
O T-
Isp
> O.a?
IDa z
a. a
§
CO
o<fa:iu
o
UJ
S
Oo
UJ
Q>
oco(D
TD'to
.c
N. CO CO CM CO IOCNJT- CM r»-rj- CM T-n
eo
m •* in N.CM IO IO CM TJC00 OJ U3 IO IO1^ 1^ CO CO <D
CO CO CO
Si/
HASi/
O
"3
SL
I
oo ooc10QQC
O OOOC
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
18
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
19
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
20
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
21
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
22
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
23
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
24
BID NO. 07-12
GUTTER AND SIDEWALK PRESSURE WASHING SERVICES
25