Loading...
HomeMy WebLinkAbout1995-11-21; City Council; 13408; AWARD CONTRACT FOR STREET SWEEPING SERVICES CONTRACT NO. STS-1I 42 u M c TI a $4 (d $ 0 m m I Ul m z” do TI u 3 rl 0 v) 2 a u a, a 0 a (d $A d(d c a .E g 6 rlc (do mm 03 ao 0 ~n Ti PI aFr aJ opi 40 a, aJu v1 a u LI !-lo *rl (d ow GU SG 00 u C) z 0 i= 0 a 6 z 3 0 0 {;; // L/,- C@Y OF CARLSBAD - AGEqPA BILL AB # J3:40g TITLE: AWARD CONTRACT FOR DEPT. MTG. 11/21/95 STREET SWEEPING SERVICES CITY I bEPT. PCH CONTRACT NO, STS4 CITY 1 RECOMMENDED ACTION: Determine which proposal is in the City’s best interest and then adopt Resolution No. 95- accepting the bid of, and awarding a contract to, for street sweeping services in accordance with Contract No. STS-1 for the period of December through June 30, 1996. ITEM EXPLANATION: The current contract for street sweeping services with the R.F. Dickson Company was exe October 1992 and expires November 30, 1995. In accordance with Section 3.28.120 of the h~ Code, Notice to Bidders was published and Requests for Bid were sent to six contractors. Th Inviting Bids requested two proposals - one at the current, reduced, level of service, and or historical service level. The following is a brief synopsis for each of the two proposals. PrODOSal #I (current schedule) 4 4 4 4 4 All residential and commercial areas to be swept one (1) time per month. Entire downtown area to be swept two (2) times per week. All alleys to be swept one (1) time per month. All open striped and raised curb medians to be swept one (1) time per month. All bike lanes on Carlsbad Boulevard to be swept one (1) time per week with : type sweeper unless otherwise approved. Areas along Carlsbad Boulevard tha additional passes due to abnormal accumulation of sand and debris will be co special work of an extraordinary nature and compensation will be at a agree( hourly rate. All posted streets to be swept within indicated time periods. Estimated curb miles per month is 585. 4 4 PrODOSal #2 (enhanced schedule) 4 4 4 4 4 All residential and commercial areas to be swept two (2) times per month. Entire downtown area to be swept three (3) times per week. All alleys to be swept two (2) times per month. All open striped and raised curb medians to be swept one (I) time per month. All bike lanes on Carlsbad Boulevard to be swept one (1) time per week with i type sweeper unless otherwise approved. Areas along Carlsbad Boulevard thz additional passes due to abnormal accumulation of sand and debris will be co special work of an extraordinary nature and compensation will be at an agree hourly rate. All posted streets to be swept within indicated time periods. Estimated curb miles per month is 1 ,I 17. 4 4 Four bids were received, opened, witnessed and recorded on November 2, 1995. Bids were i for the two proposals from each bidding firm. The results are as follows (the lowest bid proposal is underlined): Annual Amount t COMPANY NAME PROPOSAL #I PROPOSAL # Cannon Pacific Services $86,895.00 $161,555.7 California Street Maintenance 89,060.00 149,060.C New Wave 88,461.25 160,460.C R. F. Dickson Company 82,847.76 153,099.C Annual Amount of I I) @ t7 Page2AB# 17;40b In recent years, disposal rates have skyrocketed. This required an amendment to the current to allow the contractor to recoup his vastly increased expenditures. To avoid this problem contracts, the disposal cost is not included in the bid amount, and will be reimbursed to the c( at actual costs. The disposal site and tip fee are subject to the approval of the Community I Director. This eliminates the need for the proposers to predict this extremely volatile cos Disposal costs are estimated at $2,700 per month through June 1996. The Solid Waste Auth committed to reducing tip fees from $47.50/ton to $40/ton on July 1 , 1996. At that time dispoi will drop to approximately $2,275 per month. These estimates are an additional cost to the bid i Prior to the current contract, residential and commercial areas were swept twice per month. In to reduce costs, a contract with the R.F. Dickson Company was approved by Council for a reduc of service, with residential and commercial areas being swept once per month. Folio\ implementation of the current, reduced contract, Community Services (formerly known as 1 Maintenance) noticed a sharp increase in the number of complaints about street sweeping serv annual number of street sweeping complaints is as follows: Number of Street SweepinQ Complaints in Carlsbad 1991-1995 1991 11 1992 46 1993 73 1994 81 1995 62 to date, October 31 , 1995 Staff also noted an increase of clogged storm drains, and believes the reduced schedule E impacts storm water run-off quality and efficiency. Materials washed into storm drains run diri our lagoons and ocean. The dogged storm drains will also likely result in increased flooding d rainy season, requiring additional overtime for storm response. Staff surveyed surrounding cities to determine street sweeping frequencies in residential are; CiJ Frequency of Sweepinq Carlsbad Once per month Del Mar Once per month Solana Beach Once per month Escondido Once per month Oceanside Twice per month Vista Twice per month San Marcos Twice per month Encinitas Twice per year Due to the increased complaints and storm water quality mandates, staff recommends awa contract to California Street Maintenance in the annual amount of $149,060 for Proposal #2. FISCAL IMPACT The street sweeping and disposal costs for the remainder of the fiscal year for Propo: approximately $68,000, and there is $85,000 available in the Gas Tax Street Sweeping account this expense. Should Council elect to approve Proposal #2, an additional $20,000 would nr appropriated from the Gas Tax fund balance to cover expenditures through the remainder of year. Since this contract is budgeted in the Gas Tax Fund, the award will not impact the Gene EXHIBITS: 1. Resolution No. 9 6330 with contract attached. 1, fi, 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 @ RESOLUTION NO. 95330 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AUTHORIZING EXECUTION OF @ CONTRACT NO. STS-1 FOR STREET SWEEPING SERVICES WHEREAS, bids have been received by the City of Carisbad, California, for streel services in accordance with Contract No. STS-1; and WHEREAS, the City Council has determined that the sevices described in F number one is in the best interest of the City; and WHEREAS, the lowest responsive bid received for these services was submittc Dickson Company in the amount of $82,847.76; and WHEREAS, funds are available in the gas tax budget for these services. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of C follows: 1. 2. The above recitations are true and correct. The bid of R. F. Dickson Company, for the amount of $82,847.76, is hereb and the Purchasing Officer is hereby authorized to execute a purchase 01 acquisition of street sweeping services for the period of December 1, 19 June 30, 1996, which may be renewed by the City Manager, upon ! performance, for four (4) additional one (1) year periods, with revised con to be set after mutual agreement. That the Mayor of the City of Carisbad is hereby authorized and directed a contract, a copy of which is attached hereto, for and on behalf of the City of Carlsbac PASSED, APPROVED AND ADOPTED by the City Council of the City of Car 21st day of NOVEMBER , 1995, by the following vote, I 3. regular meeting held on the AYES: Council Members Lewis, Kulchin, Finnila, Hall NOES: None ABSENT: Council Member Ny ATTEST: ALETHA L. RAUTE KAREN R. KUNDTZ, Assistant City Clerk NZ, City Clerk (SEAL) a- e ,, Ib. AGREEMENT THIS AGREEMENT, made and entered into this //* day of California, d Municipal Corporation hereinafter designated as "CITY" and - (COMPANY , 1995, by and between the City of Car R. F. D I CKSON , hereinafter referred to as 'CONTRACTOR.' RECITALS City requires the services of the Contractor to provide street sweeping service3 The Contractor has submitted to the City a proposal to sweep the streets within tt The Contractor possesses the necessary requirements to provide the services re the City. by ithe City. NOW, THEREFORE, in consideration of these recitals and the mutual covenants City and Contractor agree as follows: I. TERM OF AGREEMENT This agreement shall extend for a period of seven (7) months beginning December 1, 19s ending June 30, 1996. By mutual consent, the Ci Manager may extend this agreement ' (4) additional one (1) year periods, July 1 through June 30, for a total term of four (4) ye: seven (7) months through the year 2000, upon satisfactory performance. II. COMPENSAION A. PrODOSal #I (current schedule) For all of the services which Contractor is obligated to perform under the tt Proposal #1 of this agreement, the City shall pay to Contractor the : $6,903.98 per month. Periodically throughout the year, adjustment! number of curb miles may be made due to the addition of newly constructed st the temporary elimination of existing streets due to construction. Cur adjustments of less than two (2) curb miles will be considered immaterial and affect the contracted monthly cost. Cumulative adjustments in excess of two { miles will be appropriately compensated at the rate of $ 11 .OO per cu Additional special work of extraordinary nature including but not limited to c spillage and parades will be charged at the rate of $ 70.00 , per hot requested by the Community Services Director or his designee. f.\usen\hheis\wdpata\cn~Q5O€iO22 001 Rev. Qla a a 1. 5. Proposal #2 (enhanced schedule) for all of the services which Contractor is obligated to perform under the te Proposal #2 of this agreement, the Crty shall pay to Contractor the s $ per month. Periodically throughout the year, adjustments number of curb miles may be made due to the addition of newly constructed strt the temporary elimination of existing streets due to construction. Cum adjustments of less than two (2) curb miles will be considered immaterial and \ affect the contracted monthly cost. Cumulative adjustments in excess of two (: milas will be appropriately compensated at the rate of $ per cur Additional special work of extraordinary nature including but not limited to di spillage and parades will be charged at the rate of $ , per hou, requested by the Community Services Director or his designee. C. Debris Disposal Contractor is responsible for paying ail debris disposal costs associated M furtherance of this agreement. The City will reimburse the Contractor for 100% o debris disposal costs at the lowest available rate only if invoiced as a separatc item. Contractor's actual disposal invoices are subject to the review of the Corr Services Director upon twenty-four (24) hours notice. Ill. AGREEMENT DOCUMENTS All the documents and specifications contained or referenced herein constitute the cc agreement between the parties. IV. DUTY OF CONTRACTOR During the term of this agreement, Contractor shall sweep all public streets in the accordance with the approved schedule. Sweeping speed shall remain between 3-5 tr hour at all times. Where inclement weather, as determined by the Community Services C prevents adherence to the regular sweeping schedule for two or less days in a given w( sweeping areas so affected by the inclement weather shall be swept within the follow week period from the date of the scheduled sweeping without interruption of the sweeping schedule. The Contractor shall perform all rescheduled work required t inclement weather without additional charge. When a holiday occurs on a regularly scheduled sweeping day, said sweeping area : swept within two days from the regularly scheduled sweeping day without intemptioi regular sweeping schedule. Holidays shall be designated by the Contractor and apprc the Communrty Services Director. In the event the Contractor is prevented from completing the sweeping as provide schedule for reasons other than inclement weather, he shall be required to comple' services prior to the next regularly scheduled date or give the City credit for that work at mile rate specified in Section II COMPENSATION. Adjustmentsfor streets deferred and n prior to this deadline will be shown separately on the monthly invoice. The 2 Ct adjustment provision specified in Section II COMPENSATION does not apply in this ci f\usen\hheis\wdpata\cn~Q506022 001 Rev 912 e m *. The Contractor may be required to submit reports at no additional cost as requested Community Services Director concerning sweeping schedules and other related matters may include a list of all streets being swept with an accurate break down of the number o per street. Should a specific request for information place undue burden upon the Cont he may request compensation for said request and the Community Services Direcl negotiate fair compensation. Should streets or portions thereof be omitted due to driver error, the Contractor shall skipped areas within 24 hours following notice from the City. All streets shall be clean and free from debris to the satisfaction of the Community Sz Director or his designee upon completion of the sweeping. Any streets that do not m satisfaction of the Community Services Director will require additional passes at no additior to the City. v. EQUIPMENT AND LABOR Contractor shall use and furnish at his own expense, all labor, equipment and m necessary for the satisfactory performance of the work set forth in this agreement. Cor shall use standard heavy street sweeping equipment as is necessary to clean the street: CQ of paper, dirt, rocks, and debris. The machinery and equipment used by the Contri the furtherance of this agreement shall be modern, clean and maintained in proper v condition at all times consistent with the current standards of the industry and subjeci approval of the Community Services Director. The Contractor shall supply the City with an up-to-date list of the equipment being used sweeping operation, including make, model, year and any other pertinent information. I herein shall preclude the Contractor from substituting other equal equipment due to main! or other factors upon prior notice to and approval of the Cdy. All equipment shall be a for inspection by the City upon 24 hour notification to the Contractor. Equipment usec Contractor for work to be done under this agreement shall not exceed four years in age certification is presented to add approved by the Commundy Services Director that eqi has been completely overhauled and/or rebuilt. All streets will be swept with vacuum-type sweeping equipment except those specifia and/or by the Community Services Director or his designee. The following streets and intersections will be swept with a broom-type sweeper: + + LA COSTA AVENUE - from 1-5 to El Camino Real CARLSBAD BOULEVARD - from north City limits to south City limits VI. SCHEDULE The sweeping schedule which the Contractor shall propose and follow shall be in confc with the frequency as outlined in proposals #1 and #2 and shall be approved by the COI Services Director and shall be in conformance with all posted areas. Should the Contra( to change existing sweeping schedules or posted streets, he will do so at his own t\users\hhets\wd~\cn~@506022.001 Rev GI2 e (Y a. provided such change is approved by the Community Services Director. The hours durinc the sweeping shall be performed shall be at the discretion of the Contractor with the ai of the Community Services Director. The Contractor may be required to do early IT sweeping on certain major streets and downtown village areas. The Contractor SI responsible to notrfy residents of the sweeping schedule and any changes in the scl including holidays. No sweeping will occur prior to 7:OO a.m. in residential areas. VII. FREQUENCY A. Proposal #I (current schedule) + + + + + All residential and commercial areas to be swept one (1) time per monl Entire downtown area to be swept two (2) times per week. All alleys to be swept one (1) time per month. All open striped and raised curb medians to be swept one (1) time per All bike lanes on Carlsbad Boulevard to be swept one (1) time per wee! broom-type sweeper unless otherwise approved. Areas along Ci Boulevard that require additional passes due to abnormal accumulation ( and debris will be considered special work of an extraordinary natu compensation will be at the hourly rate specified in Paragraph 2. All posted streets to be swept during the indicated time periods. Estimated curb miles per month is 585. + + B. Proposal #2 (enhanced schedule) + + + + + All residential and commercial areas to be swept two (2) times per mor Entire downtown area to be swept three (3) times per week. All alleys to be swept two (2) times per month. AI1 open striped and raised curb medians to be swept one (1) time per All bike lanes on Carfsbad Boulevard to be swept one (1) time per weel broom-type sweeper unless othewise approved. Areas along C Boulevard that require additional passes due to abnormal accumulation and debris will be considered special work of an extraordinary nati compensation will be at the hourly rate specified in Paragraph 2. All posted streets to be swept during the indicated time periods. Estimated curb miles per month is 1,117. + + V111. DEBRIS DISPOSAL Contractor shall dispose of all refuse collected by hauling the same to legally establishc waste disposal facilities as approved by the Community Services Director. Transfer PC storage of sweepings must be approved by the Community Services Director and shz case be stored in the City in excess of 24 hours. The City will not compensate the COI for debris costs accrued from disposal sites not approved by the Community Services I prior to use. t\users\h heis\wdpata\cn~O50fJ022.001 Rev. 012€ a m I. IX. WATER The Contractor shall make all necessary arrangements through the proper water district tc and pay for water necessary for the operation. X. ADDITIONAL WORK In the event the City desires to extend the sweeping program to include streets construct( the effective date of this agreement, other streets or alleys, or parking lots, any ad sweeping which is required of Contractor shall be paid for at the curb mile rate, as spec Paragraph 2. Any special sweeping required by the Community Services Director designee shall be paid for by the hourly rate specified in paragraph 2. . XI. SIGNS The Contractor shall place signs approved by the community Services Director on thl sweeping equipment used in the performance on the work, which signs shall be visiblefrc sides of the vehicles and shall read "Under Contract to the City of Catisbad." XII. FAITHFUL PERFORMANCE The standards of performance which the Contractor is obligated to perform hereunder standards which are considered to be good street sweeping practices and shall be subjec approval of the Community Services Director. The Contractor shall maintain in full force and effect during the term of this Agreement, for Faithful Performance from a corporate securrty satisfactory to the City. Said corporate : shall be duly authorized to do business in the State of California. Said Performance Bor be equal to one hundred percent (100%) of the estimated amount of the Contract. XIII. FUTURE ADJUSTMENTS TO CONTRACT PRICES AND WORK QUANTITY The City reserves the right to add or delete streets to be serviced at any time through year. Annually upon extension of the agreement, all unit costs specified in Paragraph 2 ! subject to change to reflect cost of living increases or decreases in the costs of tat equipment as dictated by market conditions. Periodically, during the course of this agreement, circumstances may arise that aff Contractor's expenses under the terms of this agreement due to cost increases bey( Contractor's control. Should this happen, the Contractor shall submit a written request fc cost increase. The Crty will research this request and will respond to the Contractor wi working days. If the adjustment is fair and justified and the City and Contractor mutual1 on the increase, an amendment to the agreement will be prepared and submitted to I Manager for final approval. Should adjustments to Paragraph IV, Duty of the Contractor, be required, the City shall nc Contractor in writing of the requested modification and any associated costs. The COI will have ten working days within which to approve the change. If both parties agree modified duties and/or modified unit cost, an amendment to the agreement will be prepa t\usen\hhe1s\wdpata\cn~9500022 001 Rev. 9/29 0 .- *. submitted to the Crty Manager for final approval. If the Contractor does not agree to the re modifications, the CIQ shall have the option of terminating this contract upon 30 days 1 notice to Contractor. XIL’. CANCELLATION CLAUSE If Contractor refuses or fails to prosecute the agreement or any separable part thereof wit diligence as will ensure its completion within the time specified by the City or any ext thereof, or fails to complek such work within such time, or if Contractor should bs adj bankrupt, make a general assignment for the benefit of creditors, or if a receiver sho any of the provisions of this agreement, or if Contractor fails to make prompt paym materials or labor or if Contractor persistently disregards laws, ordinances, or instructions City may serve written notice upon the Contractor and Contractor’s surety of its inten declare this agreement in defautt, said notice to contain the reasons for such intention to c a defautt, and unless within ten (IO) days after the service of such notice, such violatiop cease and satisfactory arrangements for the corrections thereof be made, this agreeme upon the expiration of said time, be in defautt. Upon such defautt, City shall serve written notice thereof upon the surety and Contract< surety shall have the right to (1) take over and perform this agreement or (2) deposit w the amount herein below described. If the surety does not within fifteen (1 5) days after the serving upon it of a Notice of Defat City written notice of its intention to take over and perform this agreement or does not corr performance thereof within thirty (30) days from the date of City’s notice, City may take c work and prosecute the same to the extent of completion it deems necessary by contrac any other method it may deem advisable for the account and at the expense of Contracl the surety shall be liable to the Crty for any cost or other damage and in such event Ci without liability for doing so, take possession of and utilize in completing such worl equipment, and other property belonging to Contractor that may be on the site of the wc be necessary therefor. Should surety fail to take over and diligently perform the agreemei Contractor’s default, surety agrees to promptly on demand, deposit with City such amount may reasonably estimate as the cost of completing all Contractor’s obligations. For ar work that City elects to complete by furnishing its own employees, materials, toc equipment, City shall receive reasonable compensation thereof including costs of supervis overhead. appointed OR account of Contractor‘s insolvency, or if Contractor or any subcontractors XV. HOLD HARMLESS AND INDEMNIFY The City, its agents, officers and employees shall not be liable for any claims, liabilities, pf fines or any damage to goods, properties or effects of any person whatever, nor for F injuries or death caused by, or resutting from, or claimed to have been caused by, or t from, any act or omission of Contractor or Contractor’s agents, employees or represei Contractor agrees to defend, indemnrfy, and hold free and harmless the City and its au agents, officers, and employees against any of the foregoing liabilities or claims of any k any cost and expense that is incurred by the City on account of any of the foregoing lil t\usen\hheis\wdpata\cnn9506022.001 Rev Ql2t a 0 .. including attorneys' fees, unless the liability or claim is due to, or arises out of, th negligence of the City. XVll. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way independent contractor and in pursuit of Contractor's independent calling, and not employee of the City. Contractor shall be under control of the City only as to the resul accomplished but shall consult with the City as provided for in this agreement. The Contractor is an independent contractor of the City. The payment made to Cor pursuant to this contractor shall be the full and complete compensation to which Contrr entitled pursuant to this contract. The City shall not make any federal or state tax withhc on behalf of the Contractor. The City shall not be required to pay any workers' compel insurance on behalf of the Contractor. The Contractor agrees to indemnlfy the City for a retirement contribution, social security, payment of wages or workers' compensation p: which the City may be required to make on behalf of Contractor or any employee of Coi for work done under this agreement. The Contractor shall be aware of the requirements of the Immigration Reform and Contrc 1986 (8 U.S.C. Sec. 1101 - 1525) and shall comply with those requirements, including, limited to, veriiing the eligibility for employment of all agents, employees, subcontractc consultants that are included in this agreement. XVII. SUBCONTRACTING AND ASSIGNMENT The Contractor shall neither subcontract nor assign any obligation or interest in this agr without the prior written approval of the City. XVIII. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate accept, or approve, or take part in negotiating, making, accepting, or approving this ( shall become directly or indirectly interested personally in this contract or in any part No officer, employee, attorney, or inspector of or for the Ci who is authorized in such c and on behalf of the Clty to exercise any executive, supervisory, or other similar func connection with the performance of this contract shall become directly or indirectly in personally in this contract or any part thereof. XI>(. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any office, agent, or employee of the Citl before, during, or after the execution of this contract, shall affect or modity any of the 1 obligations herein contained nor such verbal agreement or conversation entitle the CC to any additional payment whatsoever under the terms of this contract. t\users\hhe1s\wdpnt!@506022.00 1 Rev 9/2 e- 0 .. XX. LIABILITY INSURANCE AND WORKERS’ COMPENSATlON A. Contractor shall procure and maintain for the duration of the contract insurance a claims for injuries to persons or damage to property which may arise from connection with the performance of the work hereunder by the Contractor, his a representatives, employees or subcontractors. Said insurance shall meet the policy for insurance as stated in Resolution No. 91-403. 1. COVERAGES AND LIMITS - Contractor shall maintain the types of COW and minimum limits indicted herein: a. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injL property damage. If the policy has an aggregate limit, a SE aggregate in the amounts specified shall be established for the ri which the City or its agents, officers or employees are adc insured. b. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily inju property damage. In addition, the auto policy must cover any used in the performance of the contract, used onsite or offsite, H owned, non-owned or hired, and whether scheduled or non-sche The auto insurance certificate must state the coverage is for ’an and cannot be limited in any manner. Workers’ Compensation and Emplovers’ LiabilitV Insurance: Workers’ compensation limits as required by the Labor Code State of California and Employers’ Liability limits of $1 ,000,C incident. Workers’ compensation offered by the State Compe Insurance Fund is acceptable to the City. C. 2. ADDITIONAL PROVISIONS - Contractor shall ensure that the poli insurance required under this agreement contain, or are endorsed to t the following provisions. General Liability and Automobile Liability Cov a. The City, its officials, employees and volunteers are to be cov additional insured as respects: liability arising out of activities pi by or on behalf of the Contractor; products and completed opc of the contractor; premises owned, leased, hired or borrowed contractor. The coverage shall contain no special limitations scope of protection afforded to the City, its officials, emplol volunteers. The Contractor’s insurance coverage shall be primary insufi respects the City, its officials, employees and volunteers. Any in or self-insurance maintained by the City, its officials, empb volunteers shall be in excess of the contractor‘s insurance and : contribute with it. b. t\uoura\hheis\wdpata\cnn0506D22.001 Rev W2! 0 0 .. C. Any failure to comply with reporting provisions of the policies she affect coverage provided to the City, its officials, employe€ volunteers. d. Coverage shall state that the contractor's insurance shall separately to each insured against whom claim is made or s brought, except with respect to the limits of the insurer's liability. 'CLAIMS MADE" POLICIES - If the insuratxe is provided on a "claims n basis, coverage shall be maintained for a period of three years followin date of completion of the work. 3. 4. NOTICE OF CANCELLATION - Each insurance policy required b agreement shall be endorsed to state that coverage shall not be nonren suspended, voided, canceled, or reduced in coverage or limits except afte (30) days' prior wriitten notice has been given to the Crty by certified mail, receipt requested. 5. DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - deductibles or setf-insured retention levels must be declared to and apF by the Crty. At the option of the City, either: the insurer shall redl eliminate such deductibles or self-insured retention levels as respects thc its officials and employees; or the contractor shall procure a bond guararr payment of losses and related investigation, claim administration and dt expenses. WAIVER OF SUBROGATION - All policies of insurance required und agreement shall contain a waiver of all rights of subrogation the insurc have or may acquire against the City or any of its officials or employees SUBCONTRACTORS - Contractor shall include all subcontractors as ir under its policies or shall furnish separate certificates and endorseme each subcontractor. Coverages for subcontractors shall be subject to all requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure have a rating in Best's Key Rating Guide of at least A-:V, and are authori transact the business of insurance by the Insurance Commissioner unc standards specified in by the Crty Council in Resolution No. 91-403. 6. 7. 8. 9. VERIFICATION OF COVERAGE - Contractor shall furnish the Cif certificates of insurance and original endorsements affecting coverage rf by this clause. The certificates and endorsements for each insurance PO to be signed by a person authorized by that insurer to bind coverage behalf. The certificates and endorsements are to be in forms approved City and are to be received and approved by the Crty before work comrr t\users\hhets\wdpc~05~022 001 Rev OJ201 0 e .. 10. COST OF INSURANCE - The Cost of all insurance required unde agreement shall be included in the Contractor's bid. XXI. DRUG & ALCOHOL FREE WORKPLACE A. The City of Carlsbad is committed to maintaining a work environment free fro1 effects of drugs and alcohol consistent with the directives of the Drug Free Work Act. As a condition of this agreement, the Contractor and the Contractor's emplc shall assist in meeting the requiremeats of this policy as set forth in the "City of Cai Drug and Alcohol Use Policy" incorporated by reference herein. Contractor agrees that the Contractor and the Contractor's employees, while perfo service for the City, on City property, or while using City equipment will not possession of, use, or be under the influence of drugs or alcohol. The Contractor has the duty to inform all employees or agents of the Contractor th performing service for the City on City property or using City equipment of the objective of a safe, healthful and productive workplace and the prohibition of d alcohol possession, use or impairment from same while performing such service B. C. City. D. The City has the right to terminate this agreement and any other agreeme Contractor has with the City if the Contractor or Contractor's employees are deter by the Community Services Director or his representative to have breachc provisions of Section XXI herein as interpreted and enforced pursuant to the pro\ of the Ci of Carlsbad "Drug and Alcohol Use Policy" incorporated by reference I XXII. ACCEPTANCE OF PUBLIC FACILITIES "AS IS" A. Contractor acknowledges having examined the public facilities to be mair pursuant to this agreement and accepts them 'as is.' No changes in the acc conditions of the facilities shall be made by Contractor without prior approval Communrty Services Director or his designee. Ill Ill Ill Ill Ill Ill Ill F.\userr\hheis\wdpa&1\cn~Q5Ot3022.00~ Rev. 912Qi .I cl)c -. XXIII. ClTy PERMITS A. The Contractor must have a current City business license. Bidders are advk consult the Business License Supervisor as to the exact cost of such license currently licensed. Executed this * day of ,I9 95 . CONTRACTOR: CITY OF CARLSBAD, a municipal R.F. DICKSON COMPANY, INC. - (name of C tractor) ATTEST: BY:- ,JZL?L (sign here) STEVEN L. DICKSON (prii7t riarne herz) D!IESIDENT, R. F. DICKSON CO. , INC. -- -- (title and organizzon of signatory) BY:. tRC4L&&L (sign here) SCOTT B. DICKSON (print name here) - SE'CRETARY? R.F. DICKSON C0.I INC. (title and organization of signatory) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one Officer S corporation must attach a resolution certified by the secretary or assistant secretary under corporate Seal empowering tt to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY t\use~\hhe1s\wd~\c~5~022.001 ROV 9/29 ' RIGHT WUMBPRINT (1 U On 11/30/95 before me, LORETTA 1 E PETERS, NOTARY @i PUBL1,C 0 g a- *. State 07 CALIFORNIA CQuntyof LOS ANGELES (NAME, TITLE OF OFFICER. I E. -JANE DOE. NOTARY PUSUC') (DATE) personally appeared STEVEN L- DICKSON, SCOTT B. DICKSON CAPACITY CLAIMED BY m CORPORATEPX (NAME(S) OF SIGNEA(S)) a \NOIV\DUAL(SJ OFFICER(S~~~ 1 0 PARTNER@) n ~rrORNEY IN FAG 0 TRUSTEE@) 0 GUARDIAN/CONS 0 OTHER: PO personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub- scribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by b his/her/their signature(s) on the instrument the rn rn w a m 8 m a m WW 9 n I I m 8 a ' mE LORETTA E. PETERS : COMM. #lo24618 Noskqy ~JO~JC. CALIFORNIA % Person(s)* Or the entity "Pori behalf of which the @) g2a Los kvNcsELES COUNM 6 person(s) acted, executed the instrument. *' 'I ~y amm. Expires MAY 28,1998 rn 8 s R CI R 0 rn IY a 8 E rn E m e rn 9 n mm Witness my hand and official seal. (SEAL) (SIGNATURE OF NOTARY) SIGNER 1s REPRESEN (NAME OF PERSON(S) OR ENTl R.F. DICKSON e e 1. PERFORMANCE BOND Bond No. CA 704546 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolutic !3 5- 3 3 0 , adopted NOVEMBER 22, , 1995, has awarded 1 designated as the 'Principal"), a Contract to provide street sweeping services in the City of Carl: strict conformity with the contract, the drawings and specifications, and other Contract Documei on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof the) furnishing of a bond for the faithful performance of said Contract; NCIW, THEREFORE, WE, R. F. DICKSON COMPANY , as Principal, (her designated as the 'Contractor"), and Merchants Bonding Company , as are held and firmly bound unto the City of Carlsbad, in the sum ofElGHTY TWO THOUSAN EIGHT HUNDRED FORTY SEVEN &76/00Doliars ($ 82,847.76 ), said sur equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to C centain attorney, its successors and assigns; for which payment, well and truly to be made, 1 ourselves, our heirs, executors and administrators, successors or assigns, jointly and several1 by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, the exlecutors, administrators, successors or assigns, shall in all things stand to and abide by, and \ truly keep and perform the covenants, conditions, and agreements in the Contract and any a thereof made as therein provided on their part, to be kept and performed at the time and in the therein specified, and in all respects according to their true intent and meaning, and shall inderr save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, 1 obligation shall become null and void; otherwise it shall remain in full force and effect. Asl a part of the obligation secured hereby and in addition to the face amount specified theref shall be included costs and reasonable expenses and fees, including reasonable attomel incurred by the City in successfully enforcing such obligation, all to be taxed as costs and inc any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the ten Contract, or to the work to be performed thereunder or the specifications accompanying the s aflfect its obligations on this bond, and it does hereby waive notice of any change, extensior akerations or addition to the terms of the Contract, or to the work or to the speczications. - - IR. F. DICKSON COMPANY 1 (her - EFFECTIVE DATE OF THIS BOND TS 12-1-95 THROUGH 6-3&96* t\usen\hhe1s\wdpata\cnn9508022.001 Rev 0 e e -. In the event that Contractor is an individual, it is agreed that the death of any such Contractor st exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 28th Executed by SURETY this 28th day CONTRACTOR: SURETY: day of November ,1995. of November ,1995. R.F. Dickson Campany, Inc. Merchants Bonding Company (Nabme of Contractor) By: A- L hk (Name of Surety) c/o Lesron Insurance Agency, Tnc. 1440 N. Harbor Blvd., #610 Fullerton, CA 92635 (Address of Surety) (sign here) STEVEN L. DICKSON 714-441-2722 - (priint name here) (Telephone of Surety) - PRESIDENT, R.F. DICKSON CO.,INC. By: flyGI-% (title and organization of signatory) By: &&BB& Matthew R. Dobyns S ig nature of Atto rney-i n-Fad (sign here) Printed name of Attorney-in-Fact SCOTT B. DICKSON (attach corporate resolution showing cufrert power c - attorney) (print name here) - SECRETARY, R.F. DICKSON CO., INC. (title and organization of signatory) (Proper notarial acknowledge of execution by CONTAACTOR and SURER must be attached.) (President or vicepresident and secretary or Bstistant secretary must sign for corporatbns. If only one officer COI poration must attach a resolution certified by the secretary or assistant secretary under Wrporate S3al empowering to bind the corporation.) AF’PROVED AS TO FORM: RONALD R. BALL Rev. Q t\users\hheis\wdpata\c~Q506022.001 0 0 -I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT before me, Maq Angel - Notary Public NAME TITLE OF QFFICER - E G 'JANE DOE NOTARY PUBLIC' DATE personally appeared Matthew R. Dobyns NAME(S) OF SIGNER(S) [g personally known to me - OR - 0 proved to me on the basis of satisfactory evidl to be the person(@ whose name@ i: subscribed to the within ihstrument an( knowledged to me that he/,e+exec the same in his- author capacity-, and that by his/- signature(@ on the instrument the persc or the entity upon behalf of whick person(S) acted, executed the instrur WITNESS my hand and official seal. Though the data below IS not required by law, it may prove valuable to persons relying on the document and COUI( fraudulent reattachment of this form. CAPACITY CLAl M ED BY SIGNER DESCRIPTION OF ATTACHED DOCU TITLE OR TYPE OF DOCUMENT TlTLE(S) AlTORNEY -IN-FACT 0 GUARDIAN/CONSERVATOR NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIM(IES) Merchants Bonding Company SfGNER(S) OTHER THAN NAMED AI 61993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave P 0 Box 7184 * Canoga c- e .. Merchanrs Bonding Company (Mutual) \ POWER OF ATTORNEY Know All Men By These Resents. that the MERCHANTS BONDING COMPANY (Mutual). a carporation duly organized under the i8wS 01 the State ol Iwa. and hwing its principal oftice in me City of Des Motnes. County of Polk. Slate of Iowa. halh made. constituted and appointed. and does by these presents make. wnslitkie and appoint ***LE PIAL\PI'LE***MATTHEW R. iX)BY?$S*** of FULLERTON andSlaleat CA its true and lawful Attcmey-in-Fad. with lull power and authority hereby conferred in b name. place a& stead. lo sign. execute. ackncmladge and deliver m its behen aS Surety: ***ONE MILLION DOLLARS ($1~000~000.00)*** and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same exlent as a such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acls of said Attorney. pursuant to the aulhority herein given, are hereby ratified and confirmed. This Power-ol-Atromey is made and executed pursuant to and by authority of the following By-Laws adopted by the bard of Directon at the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION 8. - The Chainnan of the Board or Resident or any Vice Resident or Secretary shall have power and authority to apwint Attomy-in-fact. and to authorize hvn to execule on behall of the Company. and atlach the seal of the Companythereto. bondsandundertakings. recogniren~s.contractsofindemnityandotherwritingsobligotoryinmen6ture thereof. ARTICLE 2. SECTION 9. - The signature of any authorized officer and the Seal of the Company may be Hixed by facsimile to any Power of Ail~mey or Certification thereof authorizing the execution and delivery of any bond. undertekiog. recognuance. or other suretyship obligations of h Company, and such signature and seal when so used shall have the 6ame force and efled as though manually fixed. In Witness Whereof. MERCHANTS BONDING COMPANY (Mutual) has caused these prewnls to be signed by ih Vua Residept arid Resident. and its camrate seal to be hereto ntlixed. this Anest: MERCHANTS BONDING COMPANY (Mutual) 25th day d August AD.. 19 93 ....... -. . - r ,ti:; , :;;i,;. . . .\> 4 I !. .: . - -. - (.'. v *. - 'r: '. \. -. r . x. .- , . - BY d- -C - 153.- -. L. -. -. 5-, . .~ -1- e:.. . '..*q. . -;c . - . 6. STATE OF IOWA nfh+f -.e.-.- COUNlY OF POLK IS. On this 25th dayol August ,19 93 . baton me appearsd M J. Long and W.G. Brundage. to me personally known. who being by me duly mrn did say that they are Vice President and Secraaflreasurer rsspectively of the MERCHANTS BONDING .COMPANY (Mutual). the mrporation described in !he fov@ng inslrument. and thal the $eel affixed to the said instrument is the Corporate Seal of the said Corporation and that the mid inslrumenl WIIS signed and waled in behalf of said Corporation by authority of its Board ol Directon. In Testimony Whereof. I haw hereunto Bet my hand and athxed my Onil Seal. at the Cky of Des hbines. luwa the day and year first above written. -w 0. ..*.-. *0*. .- ,LYuy & *=** : {y .... ..-...*OL -* : IOWA i i YI commn*n t.d-l *..u : lh.7 ruM. rnb 5nmry. lan : =: : z -*.* :-. 11-4-95 e. ......... -- t : *. c> *'& .. STATEOFIOWA **.. 441~ .. COUNTYOF POLK -. *- 0.. * ..... I.M.J. Long.Vca ResidentoftheMERCHAKTSBONDlNGCO(V1PANY (Mdud).dahsrsbyce*lhel*hb 6lx-a and (omgoing is 8 m and mnec( cow of UM POWER OF ATTORNEY. gceaned by said MWCWWS~WDING . *%J . -. -/-'-/. COMPANY (Mutual). which is still h lorn and eflecl. * 3: PC4.-'> ' #T1 g/ &&& -. In wwss where~l, I h~e hereunto set my hand and affixed the sad of the Company. at Des Noi<$%qowa q ' %-*. this 28th dayof November 19. 95 :fl; - .. ''Jf;... ,\,. This ponec d atlomy wiras December 31,1995. ........ ME 96 i’ RIGHT THUMBPRINT -.-I Y 0 0 0 (NAME. TITLE OF OFFICER. I E, -JANE DOE NOTARY cl PUBLIC’) 1I c 7 State of CALIFORNIA Countyof LOS ANGELES On 11/30/95 before ,,LORETTA E. PETERS, NOTARY PUBLIC (DATE) STEVEN L. DICKSON, SCOTT B* DICKSON CAPACITY CLAIMED 6 m CORPORATE-!?! personally appeared 0 INDIVIDUAL(S) (NAME(S) OF SIGNEA(S)) OFFICER(+^ 1 0 PARTNER(S) ATTORNEY IN FA( 0 TRUSTEE(S) 0 GUAR~IAN/CONI 0 OTHER:- XI personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub- scribed to the within instrument and acknowledged 8888naP~~.688.8..#~~i.. to me that he/she/they executed the same in m his/her/their authorized capacrty(ies), and that by i LoRErrA E* PETERS f his/her/their signature(s) on the instrument the > person(s), or the entity upon behalf of which the .”Witness my hand and official seal. COMM. #lo2461 8 WfmY PUBLIC - CMIFORNW gperson(s) acted, executed the instrument. Los ANGELES C3UNTY 4 Comm. Expires t&w 28.1- 8 SIGNER IS REPRESEh 1 R.F. DICKSOI I-- W (NAME OF PERSON\S) OR EN1 2 m 8 . /s) ‘888D80~8~.88U88pe~.~.~ (SEAL) (SIGNATURE OF NOTARY) AnENTlON NOTARY: The cnformation requested below IS OPTIONAL. It could, however, prevent fraudulent attachment of thls cefificate to any ufnul CARLSBAD CONTRACT & PERF. BON THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document kC0llS FoRM 63240-ALL PURPOSE ACKNOWLEOGMENT WITH SIGNER CAPACITY/REPRESENTAT~/F~GERPRINT-ReV 12-92