HomeMy WebLinkAboutPestmaster Services / Habitat Protection Inc; 2009-10-20; PEM980AGREEMENT FOR FACILITIES PEST CONTROL SERVICES
HABITAT PROTECTION, INC. DBA PESTMASTER SERVICES
/,.,*•*-THIS AGREEMENT is made and entered into as of the <r° day of
k<J~o(j£y 20pQ, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and Habitat Protection, Inc. dba Pestmaster Services, a
corporation, ("Contractor").
RECITALS
A. City requires the professional services of a Pest Control Contractor that is
experienced in Structural Pest Control.
B. Contractor has the necessary experience in providing professional
services and advice related to Structural Pest Control Services.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal 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, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one year from the date first
above written. The City Manager may amend the Agreement to extend it for four
additional one year periods or parts thereof in an amount not to exceed Thirty Thousand
dollars ($30,000) 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.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
City Attorney Approved Version #05.06.08
The total fee payable for the Services to be performed during the initial Agreement term
will be, not to exceed, Thirty Thousand dollars ($30,000). 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 Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
The Contractor will perform work in accordance with all applicable Carlsbad Municipal
Code sections, California building codes, California electrical codes and OSHA
standards.
The Contractor shall submit invoices to the Public Works Superintendent, Facilities, by
the 5th day of the month for work performed in the previous month under this contract.
The Contractor shall provide detailed records of all work performed and include all
required reports of facilities serviced. Failure to provide the required documents,
invoices, and reports will result in the City of Carlsbad withholding payment to the
Contractor until all the required documentation is provided to the City.
If an increase in compensation for service in succeeding option years is requested, the
Contractor must provide detailed supporting documentation to justify the requested rate
increase. The requested increase will be evaluated by the City, and the City reserves
the right to accept or reject the Contractor's requested compensation increase. This
Agreement's annual compensation terms may be adjusted by a mutually agreeable
amount based on and no greater than the San Diego Consumer Price Index changes
over the previous year. Requests for price changes must be made by the Contractor in
writing sixty (60) days before the end of the then-current agreement year and is subject
to negotiation or rejection by the City.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
City Attorney Approved Version #05.06.08
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 by any negligence, recklessness, or willful misconduct 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-:VII". OR with a surplus line insurer on the State of California's List of
Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide
of at least "A:X".
10.1 Coverages and Limits.
City Attorney Approved Version #05.06.08
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and
employees make no representation that the limits of the insurance specified to be
carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If
Contractor believes that any required insurance coverage is inadequate, Contractor will
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 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation
will not be required if Contractor has no employees and provides, to City's satisfaction, a
declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
City Attorney Approved Version #05.06.08
10.4 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.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of
the Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
City Attorney Approved Version #05.06.08
For City: For Contractor:
Name: Dale A. Schuck Name_
Title: Public Works Superintendent Title \I\fi
Vflfl.
Department: Public Works/Gen. Serv. Address
City of Carlsbad
Address: 405 Oak Avenue, Carlsbad Phone
Ca. 92008
Phone No.: 760-434-2949
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way
affect the performance of the Services by Contractor. Contractor will at all times observe
and comply with these laws, ordinances, and regulations and will be responsible for the
compliance of Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act
of 1986 and will comply with those requirements, including, but not limited to, verifying
the eligibility for employment of all agents, employees, subcontractors and consultants
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
City Attorney Approved Version #05.06.08
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. The City Manager will consider the facts and solutions recommended by each
party and may then opt to direct a solution to the problem. In such cases, the action of
the City Manager will be binding upon 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
City Attorney Approved Version #05.06.08
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 seq.. 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. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #05.06.08
8
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
*By:
CITY OF CARLSBAD, a municipal
corporation of the State of California
Manager .or Moyop-
(print name/title)ATTEST:
(print name/title)
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a Corporation. Agreement must be signed by one corporate
officer from each of the following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By: ^A Lf^X— ( -H
Deputy City Attorney
9
City Attorney Approved Version #05.06.08
EXHIBIT "A"
CITY OF CARLSBAD FACILITIES PEST CONTROL SERVICES
SCOPE OF SERVICES
FACILITY LIST AND SERVICE FEE PROPOSAL
SCHEDULE"A"
SPECIFICATIONS FOR FACILITIES PEST CONTROL SERVICES
I. INTENT
A. To furnish all professional services, skilled labor, materials, equipment, tools,
insurance, permits and fees (if any) necessary to render the services according
to the specifications set forth in this outline. This contract is intended to provide
all contractually required pest control for the facilities listed in the "Monthly
Service Fee" section of the "Vendor's Proposed Cost of Services" chart and "As
Needed" services will be paid on a per incident basis as detailed in the "Vendor's
Proposed Cost of Services" chart.
B. To notify designated personnel when sanitation or other in-house factors
become a problem to the extent that a satisfactory level of pest control cannot be
maintained within the scope of services described herein. Such conditions or
factors will be noted on the Service and Inspection Report.
II. SCOPE OF SERVICES
A. Insect Control
1. Includes all types of roaches, ants and silverfish, termites and other insects.
2. Control Methods may include:
a) Application of liquid residual insecticides to cracks and crevices where pests
breed and harbor.
b) Application of liquid residual insecticides as a spot treatment where pests are
found.
c) Application of insecticide dusts to voids or concealed areas.
d) Use of baits where necessary.
City Attorney Approved Version #05.06.08
10
e) Application of liquid insecticides or repellents around trashcans, trash
receptacles, trash dumpsters and trash enclosures for flies or other nuisance
insect infestations.
f) Submittal of Service and Inspection Reports and any recommendations for
preventative measures.
B. Rodent/Avian/other Animal Control
1. Inspect facilities monthly for signs of rodent or other animal activity or
infestation.
2. When rodent or other animal activity is found, control measures will be applied
and increased in the areas of activity.
3. When rodent or other animal activity is found or suspected, tracking powder
may be used in Tracking Powder Stations or concealed voids.
4. Snap traps (baited or with expanded trigger) will be used in areas where such
traps will not present a hazard to customers and/or employees.
5. Glue stations shall be used in areas that a hazard to customers or employees
may exist.
6. The Contractor shall check and maintain all traps and remove rodents from
them on a weekly basis until seven days pass without evidence of rodent
infestation.
7. Bait stations may be used in unoccupied storage facilities but shall not be
used in occupied buildings.
8. The Contractor shall provide these traps and materials at no extra cost to the
City and shall maintain the increased activity until rodent activity is no longer
evident in the area.
9. Bird removal may be required as a part of this agreement. The contractor
shall note any activity on the Service and Inspection Reports and shall take any
and all necessary steps to remove birds from the facilities as requested by the
Public Works Superintendent, Facilities.
10. Submittal of Service and Inspection Reports and any recommendations for
preventative measures.
III. NATURE OF WORK AND MATERIALS USED
City Attorney Approved Version #05.06.08
11
1. All work will be performed in a safe manner and in accordance with the most
modern and effective scientific pest control procedures.
2. Only those pesticides will be used which have been registered by the
Environmental Protections Agency and other governmental agencies having
authority in this field. All pesticides label requirements, laws and regulations will
be strictly adhered to including California Department of Pesticide Regulations
Compliance for usage and reporting.
3. The Contractor shall furnish the Public Works Superintendent, Facilities, with
Materials Data Safety Sheets for all pesticides used in conjunction with it's pest
control activities.
IV. SERVICE SPECIFICATIONS
A. Inspection
1. Contractor shall furnish Facilities manager with monthly schedule of services
including dates and times for inspection and treatment of all facilities.
2. Upon each service visit, the Service technician will make a thorough
inspection of each facility and shall make notations as described in this section.
3. Areas of active infestation will be noted on the service report.
4. Areas of potential infestation and problems will be noted.
5. Evidence of any termite activity will be reported to the Public Works
Superintendent, Facilities.
B. Treatment
1. Any and all needed action will be taken to render complete, preventative and
corrective insect, rodent or other animal abatement treatments, and bird removal.
2. Licensed applicators or persons under their direct supervision shall perform all
pesticide applications under this agreement.
C. Frequency
1. Monthly service is required at each of the Facilities listed in the Facilities list.
City Attorney Approved Version #05.06.08
12
2. Service at the following Facilities will be on an "as needed" basis and will be
paid pursuant to the bid item for "Extra As Needed Facilities Treatments".
* Bauer Lumber Facility 2787 State Street
Calavera Treatment Plant 2400 Tamarack Avenue
Community Development (Las Palmas) 2075 Las Palmas
Granary 2659 Garfield
Holiday Park Restrooms (2) 3235 Eureka Place
Housing & Redevelopment 2965 Roosevelt
La Costa Canyon Park Restroom Pueblo St. and Rana Ct.
Laguna Rivera Park Restroom 4900 Kelly Drive
Library Annex 1237 Carlsbad Village Dr
Poinsettia Park Maintenance Buildings 6200 Hidden Valley Road
Poinsettia Park Restrooms (2) & Snack Bar (1) 6200 Hidden Valley Road
Village Grill 2833 State Street
3. Additional applications, trap installations or rodent removals, when
necessary, will be performed within 24-hours of a request from the Public
Works Superintendent, Facilities. There will be no charge for the additional
service calls.
V. TERMITE TENTING TREATMENTS
1. Tenting and fumigation of facilities are included in this Contract on an as
needed basis. The Contractor will provide tenting and fumigation of these
facilities on an as needed basis as directed by the Public Works Superintendent,
Facilities.
2. Tenting and fumigation services are to be bid on a cubic foot of volume basis.
The estimated frequency of tenting and fumigation services is three fumigation
treatments per agreement year. Contractor is to provide all needed tenting,
fumigation gas, plastic bags for protection of perishable foods and medicines, all
required warning signs and other equipment or services required to provide
complete fumigation of the facility for termites.
3. Each facility is assumed to be of two stories or less and should be assumed
to have one antenna structure that will need to be accommodated by the tenting
process.
4. The Contractor shall be responsible for preserving the facility in it's pre-
fumigation state and shall repair all damage to the structure incurred by it's
fumigation operations including the replacement of roofing materials or tiles,
window glass or other structural or non structural portions of the building.
City Attorney Approved Version #05.06.08
13
VI. BEE AND WASP INFESTATION REMOVAL SERVICE
1. Removal of bee, wasp, hornet or other insects from facilities is included in this
Contract on an as needed basis. The Contractor will provide removal of
infestations of these facilities on an as needed basis as directed by the Public
Works Superintendent, Facilities.
2. Bee and wasp infestation removal services are to be bid on a per incident
basis. The estimated frequency of bee and wasp infestation removals is eight
removal treatments per agreement year. Contractor is to provide all needed
personnel, all required warning signs and other equipment, pesticides or services
required to provide complete treatment of the facility for bee and wasp
infestations. The preferred method of removal for beneficial insects is relocation
when possible and practical.
VII. REPORT FORMS AND RECORD KEEPING
1. A detailed "Service and Inspection Report" will be prepared and furnished to
the Public Works Superintendent, Facilities, once per month. This report will
reflect housekeeping conditions, rodent activity, corrective and preventative
treatments, pesticide use and percentage and amount of pesticide used at each
facility treated under this agreement. A copy will be maintained in the pest control
company' s files.
2. In the event of extra service calls, either contractually required or "as needed"
a Supplemental detailed "Service and Inspection Report" will be prepared and
furnished to the Public Works Superintendent, Facilities by the pest control
company. This report will reflect housekeeping conditions, rodent activity,
corrective and preventative treatments, pesticide use and percentage and
amount of pesticide used at each facility treated under this agreement. A copy
will be maintained in the pest control company' s files.
VIII. INSURANCE
1. The pest control company will have full insurance coverage as described in
the attached sample agreement and will furnish the Certificate(s) of Insurance
upon request for the duration of this agreement.
IX. QUALIFICATIONS OF CONTRACTOR
1. The Contractor shall possess and shall maintain a valid license from the State
of California Structural Pest Control Board for the duration of this agreement.
City Attorney Approved Version #05.06.08
14
2. The Contractor shall provide a minimum of three references documenting
contractual work performed of a similar size and nature to this agreement.
(Attach to Proposal)
3. The Contractor shall provide information regarding his equipment, personnel,
project manager and any other information that could inform the City of Carlsbad
of it's qualifications to provide services required under this agreement. (Attach to
Proposal)
4. The Contractor shall provide uniformed, properly trained and licensed
personnel for all work performed under this agreement.
X. ENFORCEMENT AND DEDUCTIONS
1. If, in the judgment of the Public Works Superintendent, Facilities, the vendor
is deemed to be non-compliant with the terms and obligations of the agreement,
the Public Works Superintendent, Facilities, may, in addition to other remedies
provided herein, withhold or deduct the entire monthly payment, from the
vendor's invoice for work not performed. Notification of the amount to be
withheld or deducted from payments to the vendor will be forwarded to the
vendor by the Public Works Superintendent, Facilities, in a written notice
describing the reasons for said action. The written notice shall constitute reason
for any deductions so imposed.
City Attorney Approved Version #05.06.08
15
VENDOR'S PROPOSED COST OF SERVICE*
The matrix below describes items upon which the City requests a proposal.
Please note that the numbers listed in the "Quantity and Units" category of
the matrix below are estimates only, and will not be used for any purpose
other than to compare proposals received in response to this Request for
Proposal. The actual payments made to the Vendor will be based on the
Vendor's actual work performed for the City consistent with the terms and
conditions of the contract documents.
The Contractor declares he/she has carefully examined the locations of the
work, read the Request for Proposal, examined all specifications, and
hereby proposes to furnish all labor, materials, equipment, transportation,
and services required to do all the work in this Electrical Maintenance
Agreement in accordance with the specifications of the City of Carlsbad,
and the General Provisions and that he/she will take in full payment
therefore the following unit prices for each item complete, to wit:
FACILITY NAME ADDRESS
ANNUAL
SERVICE
EVENTS FEE ANNUAL FEE
(Ext. Amount)
Parks Department Complex
Calavera Hills Community
Center
Calavera Park Snack Bar /
Restrooms
Chase Field Snack Bar
City Administration
City Hall Complex and
Council Chambers
City Maintenance Yard
Complex
Community Swim Complex
Elmwood House (Arts)
Farmers Building
Fire Station #1
Fire Station #2
Fire Station #3
Fire Station #4
Fire Station #5
11 66 Carlsbad Village Dr
2997 Glasgow Dr
2997 Glasgow Dr
3349 Harding St
1635 Faraday Ave
1200 Carlsbad Village Dr
405 Oak Ave
3401 Monroe St
2955 Elmwood St
5815 El Camino Real
1275 Carlsbad Village Dr
1 906 Arenal Rd.
3701 Catalina Dr
6885 Batiquitos Lane
2540 Orion Way
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
$ 34.89
$ 34.89
$ 34.89
$ 23.66
$ 34.89
$ 46.52
$ 34.89
$ 46.52
$ 34.89
$ 58.20
$ 46.52
$ 46.52
$ 46.52
$ 46.52
$ 46.52
$418.68
$418.68 r"'
$418.68
$ 283.92
$418.68
$ 558.24
$418.68
$ 558.24
$418.68
$ 698.40
$ 558.24
$ 558.24
$ 558.24
$ 558.24
$ 558.24
16
City Attorney Approved Version #05.06.08
Fire Station #6
Harding Community Center
Complex
Heritage Hall
Hiring Center
Holiday House
Kruger House
Leo Carrillo Park Facilities
Library (Dove)
Library (Cole)
Library Learning Center
Magee House
Railroad Depot (ConVis)
Safety Center
S.C. Fleet Maintenance
Scout House
Senior Center
Stagecoach Community
Center
LEED Modular
Water District Facilities
The Following Items are to
be priced as shown and
added to the TOTAL
ESTIMATED ANNUAL
SERVICE COSTS
Extra As Needed Facility
Treatments
As Needed Termite
Fumigation Services.
As Needed Bee and Wasp
Removal Service
7201 Rancho Santa Fe Rd
3096 Harding St
2650 Garfield St
5958 El Camino Real
3235 Eureka Place
321 5 Eureka Place
6200 Flying LC Lane
1 775 Dove Lane
1 250 Carlsbad Village Dr
3368 Eureka PI
258 Beech Ave
400 Carlsbad Village Dr
2560 Orion Way
2480 Orion Way
3225 Eureka Place
799 Pine Ave.
3420 Camino de los
Coches
3430 Harding Street
5950 El Camino Real
Contract Section and
Units of Measure
Per Section IV, C 2
(Estimated at 20)*
Per Section V,
(Estimated at 144,000 Cu.
Ft.)*
Per Section VI
(Estimated at 10)*
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
12
Quantity
20
144,000
8
$ 46.52
$ 34.89
$ 23.66
$ 34.89
$ 23.66
$ 23.66
$ 34.89
$ 46.52
$ 46.52
$ 46.52
$ 23.66
$ 34.89
$ 46.52
$ 34.89
$ 23.66
$ 46.52
$ 34.89
$ 23.66
$ 46.52
Fee Per
Unit
$ 36.80
$ 0.04858
$118.00
TOTAL ESTIMATED
ANNUAL SERVICE
COSTS
$ 558.24
$418.68
$ 283.92
$418.68
$ 283.92
$ 283.92
$418.68
$ 558.24
$ 558.24
$ 558.24
$ 283.92
$418.68
$ 558.24
$418.68
$ 283.92
$ 558.24
$418.68
$ 283.92
$ 558.24
$ 736.00
$ 6,995.52
$ 944.00
$ 24,200.88
17
City Attorney Approved Version #05.06.08