Loading...
HomeMy WebLinkAbout1980-07-15; City Council; 6295; Signal Maintenance Contract.-.- , CITY OF CARLSBAD (0295- Initial : Dept. Head AGENDA BILL NO. DATE : JULY 15, 1980 - c. Atty -mZ- C. Mgr. DEPARTMENT : ENGINEERING . SUBJECT: SIGNAL MAINTENANCE CONTRACT STATEMENT OF THE MATTER The City of Carlsbad requested quotations on our'signal maintenance contract for the maintenance of signals in the City. Three proposals were solicited; however, only Southwest Signal and Signal Maintenance replied. Both companies were found, through reference checks, to be reputable companies providing good service to their clients. Southwest Signal Service's overall charges are less than Signal Maintenance Inc.'s; and it is therefore recommended that the contract be awarded to Southwest Signal Ser- vice. signal location monthly; 24-hour per day emergency service; repairs at cost plus 15%; and 60 days' termination notice. The three-year contract provi'de's for routine inspection and maintenance of each FISCAL IMPACT The fiscal impact is not precisely calculable since the yearly charges are subject,to fluctuating levels of charges due to the number olF signal malfunctions and knockdowns. The base charge will be $9,720 per year for 18 signalized intersections. Total cost in 1979-80 was $14,500. The 1980-81 budget appropriates $17,865. EXH I BITS 1. Fee Schedules for Southwest Signal and Signal Maintenance 2. Resolution No. &,a3fapproving an agreement with So-uthwest Signal and authorizing the Mayor to execute same on behalf of the City ,. RECOMMENDAT I ON Adopt Resolution No.L23q approving an agreement with Southwest Signal and authorizing the Mayor to execute same on behalf of the City Council Action: '1 7-15-80 Council adopted Resolution 6237, approving an agreement with Southwest Signal and authorizing execution of same. ? 0 In In N fff 3 c, 9 *d 0 3 E" .- u L a, > 0 M M cn hl .. hl .- Ln 0 M M C 0 .- U m N V a, v) L a, tJ C .- I a, Q \ 0-l h h Ln . OW Ln + m h a - m 0 M hl L1 v) PJ v1 0 0 In cv a, 2 d u G 0 .ri s3 b .d k 3 0 a, w b a, m k a, +> F: H b k 4 . -- 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 23. 22 23 24 25 26 27 28 RESOLUTION NO. 6237 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALI FOlih I A, APPKOV I NG AN AGREEMENT GETWEEN THE C I TY OF CARLSBACj AND SOUTHWEST SIGNAL SERVICE FOR MAINTENANCE SERVICE FOR TRAFFIC SIGNALS IN THE CITY OF CARLSBAD BE IT RESOLVED by the City Council of the City of Car!sbad as follows: 1. That certain agreement between the Ci-ty of Carlsbad and Southwest Signal Service for maintenance of traffic signals in the City of Carlsbad, a copy of which is attached hereto and incorporated herein by reference, is here- by 'approved. 2. The Mayor of the City of Carlsbad is hereby authorized and directed to execute said agreement for and on behalf of the City of Carlsbad. PASSED, APPROVED AND ADOPTED by the City Council of the City of Carlsbad at a regular meeting held the 15th day of July , 1980, by the follow- ing vote, to wit: AYES: Council Members Packard, Casler, Anear, Lewis and Kulchin NOES: None ABSENT: None ATTEST: (SEAL) 1 2 z 4 E E 7 E S 1c 11 12 12 14 15 16 17 le 19 2c 21 22 23 24 25 26 27 28 1980, by and between hereinafter referred hereinafter referred WHEREAS, the C THIS AGREEMENT, made and entered into this day of , the CITY OF CARLSBAD, California, a municipal corporation, to as "Cityt1, and SOUTHWEST SIGNAL SERVICE , to as "Contractor". W I T N E S S ET H : ty does find that the proposal tendered by the Contractor for traffic signal maintenance, including the furri materials and equipment, was a responsible proposa WHEREAS, the City of Carlsbad does further f would be in the best interests of the City that sa the contract be awarded to the Contractor; shing of all labor, services, and of high standards; nd and determine that it d proposal be accepted and NOW, THEREFORE, for and in consideration of the mutual covenants and promises of the parties hereto and upon the express terms and conditions here- inafter set forth, it is agreed by and between them, and each with the other, as follows: 1. This contract shall consist of and include Contractor's proposal and the following documents attached hereto, as Exhibits A, B and C, and incorpor- ated by reference herein: A. Labor and Equipment Schedule B. List of Intersections C. List of some of the agencies for whom Contractor is presently performing service agreements. All contract documents are intended to cooperate and be coordinated so that any one called for and any one not mentioned in the other or vice versa, is to be executed the same as if mentioned in all contract documents. 2. The said Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor, service and materia s, and perform all work necessary to maintain in good and workerlike manner traffic signal facilities according to 1 2 3 4 5 6 7 a 9 10 11 12 93 14 15 16 17 18 19 20 21 22 23 21 25 26 27 28 - the proposal submitted and accepted as in all contract documents hereinabove referred to. It is understood and agreed that all said labor, services, materi- als and equipment shall be furnished and said work performed and completed by the Contractor as an independent Contractor, subject to the inspection and approval of the City acting through its City Engineer or representative. 3. The Contractor agrees to make a routine inspection and clean and adjust each controller and signal indications, and replace broken par+s or change parts as is necessary, one time per month. 4. Contractor agrees to furnish replacement lamps for all signals. Con- tractor agrees to use only standard traffic signal lamps as manufactured by General Electric Company or Sylvania Company. Contractor is to furnish special long lasting anti-static cleaning agent for lenses and reflectors. Contractor will replace lamps and clean reflectors and lenses on a regular schedule as a "group re-tamping" program. The City wi I I answer al I I ight-out cal Is as re- ported. Any broken parts of signal head will be noted and the infomation to be forwarded to the Contractor for replacement or repairs (except that the City may, at its option, make these repairs or replacements.) 5. Contractor agrees to replace or repair any and all defective parts of the controller mechanism as the occasion arises. 6. Contractor agrees to maintain a 24-hour per day emergency service for controller malfunctions. 7. Contractor agrees to make emergency service cat Is when necessary to make repairs to signal equipment, when said signal equipment malfunctions or has been damaged by vehicle accidents, acts of God, or malicious damage or for any reason whatsoever. 8. For and in consideration of the furnishing by said Contractor as herein provided of said labor, services, materials and equipment in accordance with all provisions of this agreement, together with the appurtenances thereto, -2- 1 2 3 4 5 6 7 €3 9 10 11 12 13 14 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 said Contractor shall be entitled to receive and shall be paid by the City, and said Contractor agrees to accept in full satisfaction therefor, the sum of Forty Five Dollars and no/ICO ($45.00) per i ntersect ion per month. Said sum shall be paid by the City to said Contractor each month as said sum becomes due and payable. In addition, once each year after the first year of this agreement (but not retroactively), said mon-thly maintenance sum per intersection shall be sub- ject to change in accordance with the Consumer Price Index, LQS Angeles, as pub1 ished by the U. S. Department of Labor, based on one-half of the percentage change in the index from the first month of this agreement to each succeeding ann i versary i-hereof . 9. All fixed time and semi-actuated signals which are installed from time to time shall be added to those already maintained by the Contractor. These signals shall be maintained at the same rate and in the same manner as those covered by this agreement'. In the event notification is made at other than the beginning of the monthly contract period, payment for 1-hat month sahll be prorated from the day the Contractor is notified. In the event any fully actuated signals are installed of a more complicated type than semi- actuated signals, these may be added to the maintenance agreement at a price mutually satisfactory to the Contractor and the City. 10. The City agrees to pay the non-maintenance repairs over and above the contract price when such repai rs are made necessary due to damage to sig- nals by collision, acts of God, malicious mischief, or for any reason whatso- ever. The cost of such repairs shall be based on the invoice cost of mal-eri- . als, plus fifteen percent (1591, and the adjusted cost of labor and equipment used for such repairs in accordance with the schedules on Exhibits A and B. 11. The Contractor agrees to commence the work provided for herein immedi ately upon the completion of the exectuion of this agreement and the delivery -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 to Contractor of an executed copy thereof and to continue in a due and diligent workerlike manner and without interruption. This agreement shall terminate three (3) years from the date Contractor commences work, at which time the agreement may be negotiated for renewal as mutually agreed upon by City and Contractor . 12. lhe Contractor shall carry public liability and property damage in- surance in an amount not less than Two Hundred Fifty Thousand Dollars ($250,000 for injuries, including accidental death, for any one person, and subject to -the same limit for each person in an amount not less than Five Hundred Thousand Dollars ($500,000) on account of any one accident, and property damage insurancc in an amount not less than Fifty Thousand Dollars ($50,000). The Contractor shall also take and maintain during the life of this contract, workers' com- pensation Insurance covering all of Contractor's employees on the project, in a company satisfactory to the City and shall furnish to the City certificates issued by such companies showing that al of the abovementioned insurance has been issued and is in full force and effect prior to commencing work in accordance with this agreemenf-. The Con ractor shall be responsible for the insurance coverage as herein provided of all employees of said Contractor. The Contractor shall likewise obtain public liability and property damagf insurance to cover vehicles used or maintained in the performance of said work connected with this agreement with liability limits of not less than Two Hundred Fifty Thousand Dollars ($250,000) for any one person and Five Hundred Thousand Dollars ($500,000) for any one accident, and property damage of Fifty Thousand Dollars ($50,000). # 13. This agreement may be terminated by either party by giving sixty (60) days' written notice to the other, and this agreement shall terminate forthwith sixty (60) days following the date such notice is given. 14. n the event that any of the provisions of this contract are violated -4- 1 2 3 4 5 6 7 8 9 3.0 11 12 13 14 15 16 17 28 19 20 21 22 23 24 25 26 27 28 by the Contractor, the City may terminate the contract by serving written notice upon the Contractor of its intention to terminate such contract and, unless within ten (10) days after the service of such notice such violation shall cease, the contract shall, upon the expiration of said ten (10) days, cease and terminate. As to violations of the provisions of this contract which cannot be remedied or corrected within ten (io) days, said contract shall, at the option of the City, cease and terminate upon the giving of like notice. In the event of any such termination for any of the reascns abovemen- 'tioned, the City may take over the work and prosecute the same to completion by contract or otherwise for the amount and at the expense of the Contractor. 15. It is expressly understood and agreed that the Contractor herein named in the furnishing of all labor, service, materials and equipment per- forming the work as provided in this contract, is acting as an independent Contractor and not as an agent, servant or employee of the City. 16. Except for the manufacturers' factory warranties, the Ccntractor disclaims all warranties with respect to materials supplied hereunder, and further disclaims all warranties with respect.to matsrials supplied hereunder, and further disclaims any and all liability for failure to perform or delay in performance hereunder where the same is due in whole or in part to any cause beyond Contractor's reasonable control, such as, but not flood, earthquake, lightning, strike, or other labor diff culty. 17. Contractor shall not be liable for damages aris ng out of injury to imited to, fire, persons or damage to property of a customer or any third party unless the same was due to the negligence of this Contractor. 18. This agreement shall not be assigned by Contractor without the written consent of City. 19. This agreement may be amended or modified only by written agreement signed by both parties,. and failure on the part of either party to enforce - 5- ,5 3 2 .i 4 f t r 1 E s 1C "* 11 1; 12 14 - 1: 1E 17 1E IS 2c 21 22 23 24 25 26 27 28 any provision of this agreement shall not be construed as a waiver of the right to compel enforcement of such provision or provisions. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written. CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST : BY / -6- City of Carlsbad ' 1200 Elm Ave. ' Carlsbad, CA 92008 * E. June 26, 1980 Subject: Traffic Signal Maintenance Service Proposal. Gentlemen, Enclosed is our proposal for the traffic signal maintenance service for the City of Carlsbad. Basic rate cf $45.00 per intersection which includes: 1. * . Monthly inspection of each, intersection including cleaning and adjustment of equipment. 2. Provide twenty-four hour per day emergency service. 3. Relamping and cleaning all signals (except no relamping of 3M signal) once per year. Emergency and specialized repaires i.e. (Knockdowns, temporary signals etc. per section 10 of agreement). Ma.teria1 cost plus fifteen percent (15%) . Equipment Cost: A. Lift Truck B. Service Truck . C. Rental Equipment Labor Cnst: Service Technician Lab0 re r 15.OO/hr . 6 . oO/hr . Invoice cost plus 15% 17 . oo/hr . 25,50/hr. O.T. 12 , OO/hr . 18.00/hr. O.T. We are currently maintancing the traffic signals and lighting for tbe Cities of El Cajon and La Mesa, also we have done knockdown repair for the County of Sans Diego . I * ,. ,. At the Citys request we will furnish certificate of insurance and we hold a valid electrical contracting license #366419. We are looking forward to doing business with the City of Carlsbad and if you have any questions please do not hesitate to call. .... , I Sincerely, Hugh Wood HW/rr r CITY OF CARLSBAD LIST OF SIGNALIZED INTERSECTIONS - 1. Carlsbad Boulevard and Elm Avenue 2. Carlsbad Boulevard and Grand Avenue 3. Carlsbad Boulevard and Tamarack Avenue 4. Chestnut Avenue and El Camino Real 5. El Camino Real and Marron Road 6. E1 Camino Real and Plaza Way (May Go.) 7. Elm Avenue and Harding Street 8. Elm Avenue and State Street 9. Grand Avenue and State Street 10. Jefferson Street and Marron Road 11. Pi0 Pic0 and Tamarack Avenue 12. El Camino Real and Hosp Way TO BE ADDED UPON EXPIRATION OF WARRANTY 13. Marron Road and Plaza Entrance 14. El Camino Real and Alga 15. El Camino Real and Dove Lane 16. Paseo del Norte and Palomar- Airport Road 17. El Camino Real and Tamarack Avenue (future) 18. Elm Avenue and Pi0 Pic0 Drive (future) City of Carlsbad 1200 Elm Ave. Carlsbad, CA 92008 , Subject: Street Lighting Maintenance June 26, 1980 ,Gentlemep, In addition to our proposal for Traffic Signa.1 Maintenance, we would also de pleased to handle the Street Lighting Maintenance for the City of Carlsbad. I ’ Lighting Maintenance cost would be based on time and material using our proposed signal maintenance rates. Lighting would be classified non emergency and handled as soon as it could be scheduled. Group relamping (10 or more lamps) would be a fixed rate of $12.00 per light plus lamp and overhead cost. 8 We are currefltly maintaining the lighting systems for El Cajon and La Mesa. Sine ere ly , Hugh Wood HW/rr \ .