Loading...
HomeMy WebLinkAbout1977-08-16; City Council; Resolution 5178t 1 2 3 4 5 6 7 t? 9 1c 11 12 12 14 15 1E 17 1E 19 2c 21 2% 22 24 25 26 27 28 0 RESOLUTION NO. 5178 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT BETWEEN THE CITY OF CARLSBAD AND SIGNAL MAINTENANCE INC. FOR TRAFFIC SIGNAL MAINTENANCE AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT The City Council of the City of Carlsbad does hereby resolve as follows: 1. That that certain agreement between the City of Carls- bad and Signal Maintenance Inc., for traffic signal maintenance, including the furnishing of all labor, services, materials and equipment, a copy of which is attached hereto, as Exhibit 2, and made a part hereof, is hereby approved. 2. That 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 at a regular meeting of the City Council of the City of Carlsbad, California, held the 16th day of August , 1977, by the following vote to wit: AYES : Councilmen Frazee, Lewis, Skotnicki and NOES : None Council woman Casler ABSENT: Councilman Packard ATTEST : ( SEAL ) 1 2 3 4 8 9 30 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 THIS AGREEMENT, made August I 19 Exhibit 2 and entered into this 16th day of 7, by and between the CITY OF CARLSBAD, California, a municipal corporation, hereinafter referred to as the "City", and SIGNAL P4AINTENAIKE INC., hereinafter referred to as the "Contractor,". WITNESSETH: WHEREAS, the City of Carlsbad does find that the proposal tendered~ by the Contractor for traffic signal maintenance, includ- ing the furnishing of all labor, services, materials and equip- ment, was a responsible proposal and of high standards. WHERElAS, the City of Carlsbad does further find and deter- mine that it would be in the best interests of the City of Carlsbad that said proposal be accepted and the contract be- awarded to the Contractor. NOW, THEREFORE, for and in consideration of the mutual cove- nants and promises of the parties hereto and upon the express terms and conditions hereinafter 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 incorporated 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 coordi- nated 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 men- tioned in all contract documents. --d 2. The said Contractor agrees to iurnish all tools, equip- ment, apparatus, facilitiesj labor, service and materials, and perform all work necessary to maintain in good and workmanlike -1- .. _. ... . 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 29 30 31 32 . . . . .. . . ., .. .~ . - .." -. .. . . manner traffic signal facilities according to the proposal sub- mitted and accepted as in all contract documents hereinabove re- ferred to. It is understood and agreed that all said labor, services, materials 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 his representatives. 3. The Contractor agrees to make a routine inspection and clean and adjust each controller and signal indications, and re- place broken parts or change parts as is necessary, one time per month. 4. Contractor agrees to furnish replacement lamps for all signals- Contractor agrees to use only standard traffic signal lamps as manufactured by General Electric Company or Sylvania Company. Contractor is to furnish special long lasting ant'i- static cleaning agent for lenses and reflectors. Contractor will replace lamps and clean reflectors and lenses on a regular sched- ule as a "group re-lamping" program. The City will answer all light-out calls as reported. Any broken parts of signal head will be noted and the information to be forwarded to the Con- tractor 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 de- fective parts of the controller mechanism as the occasion arises- 6. Contractor agrees to maintain a 24-hour per day emer- gency service €or controller malfunctions. 7. Contractor agrees to make emergency service calls 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 -2- .. . .. . . -. . . . - . . , ." _,., " .._.. ..-,...--...-.'..I . .. .. . .. . - . ,. >- . .... 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 29 30 31 32 and equipment in accordance with all provisions of this agree- ment, together with the appurtenances thereto, said Contractor shall be entitled to receive and shall be paid by the City of Carlsbad, and said Contractor agrees to accept in full satisfac- tion therefor the sum of Thirty Nine Dollars and Eighty Cents ($39.80) per intersection 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 monthly maintenance sum per intersection shall be subject to change in accordance with the Consumer Price Index, Los Angeles, as published by the U.S. Department of Labor, based on the percentage change in the index from the first month of this agreement to each succeeding anni- versary thereof. 9. All fixed time and semi-actuated signals which are in- stalled from time to time may, at City's option, be added to those already maintained by the Contractor as the City notifies Contractor of the installation thereof. 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 that month shall 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 satis- factory to the Contractor and the City. 10. The City agrees to pay the repairs over and above the contract price when such repairs are made necessary due to damage to signals by collision, acts of God, malicious mischief, or for any reason whatsoever. The cost of such repairs shall be based on the invoice cost of materials, plus fifteen per cent (15%), -3- 1 2 3 4 5 6 7 8 9 1c 11 12 12 14 15 1C 17 I€ 15 2c 21 22 2: 24 2: 26 2: 2€ 25 3( 31 3; e and the adjusted cost of labor and equipment used for such repairs in accordance with the schedules on Exhibits A and B. Labor and equipment charges applicable to such extraordinary repairs shall be subject to increase a maximum of six per cent (6%) semiannually at the option of the Contractor. 11. The Contractor agrees to commence the work provided for herein iminediately upon the completion of the execution of this agreement and the delivery to him of an executed copy thereof and to continue in a due and diligent, workmanlike 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. The Contractor shall carry public liability and property damage insurance in an amount not less than Two Hundred Fifty Thousand Dollars ($250,000.00) for injuries, including accidental death, €or any one person, and subject to the same limit for each person in an amount not less than Five Hundred Thousand Dollars ($500,000.00) on account of any one accident, and property damage insurance in an amount not less than Fifty Thousand Dollars ($50,000.00). The Contractor shall also take and maintain during the life of this contract, Workmen's Compensation insurance cover- ing all of his employees on the project, in a company satisfactory to the City and shall furnish to the City certificates issued by such companies showing that all of the above-mentioned insurance has been issued and is in full force and effect prior to commenc- ing work in accordance with this agreement, The Contractor shall be responsible €or the insurance coverage as herein provided of all employees of said Contractor. The Contractor shall likewise obtain public liability and property damage insurance to cover vehicles used or maintained by him in the performance of said work connected with this -4- .. . . ." .,,. ~." ,,... ~ ._.__ -.. ., 1 2 3 4 F; U E 'i E 11 1: I! It I' 14 l! 2: 2, 2 23 2 2 2 2 2 3 3 3 agreement with liability limits of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) for any one person and Five Hundred Thousand Dollars ($500,000.00) for any one accident, and property damage of Fifty Thousand Dollars ($50,000.00). 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. In the event that any of the provisions of this contract are violated by the Contractor, the City may terminate the con- tract by serving written notice upon the Contractor of its inten- tion 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. tract which cannot be remedied or corrected within ten (10) days, said contract shall, at the option of the City, cease and termi- As to violations of the provisions of this con- nate upon the giving of like notice. termination €or any of the reasons above-mentioned, the City may In the event of any such take over the work and prosecute the s&me to completion by con- tract or otherwise for the amount and at the expense of the Con- tractor. 15. It is expressly understood and agreed that %he Contract- or herein named in the furnishing of all labor, service, materi- als and equipment and performing the work as provided in this con- tract, is acting as an independent Contractor and not as an agent, servant or employee of the City of Carlsbad. 16. Except for the manufacturer's factory warranty, the Contractor disclaims all warranties with respect to materials 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 beyondContractor'g -5- 1 1 1 1 1 1 1 1 1 1 2r 2: 2; 2: 24 2! 2t 2: 2E 2s 3c 33 32 reasonable control, such as, but not limited to, fire, flood, earthquake, lightning, strike, or other labor difficulty, 17, Contractor shall not be liable for damages arising out of injury to person 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 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 IGNAL MAINTENANCE INC . BY President -6- ...... ................. ............... ........ ............ ........... -. ... LABOR AND EQUIPMENT . PRICE LIST EXTRAORDINARY MAINTENANCE WOULD BE CONPENSATED FOR IN THE FOLLQJING AMOUtITS : MATERIAL : Suppliers billing plus fifteen ( 15) percent. LABOR : Maint. Superintendent Straight Time , Overt ime $14.00 per hr, $21.00 per hr , -. li.25 per hr.':- 19.88 per hr ' .> Maint e Technician Traffic Signalman 12.82 per hr 19.23 per hr Engineering Technician 10.50 per hr 15.75 per hr Laborer 9.20 per hr 13.80 per hr' EQUIPMENT : Flex lift (Hydraulic Boom) $12 .OO per hr Pelican (Booq Truck) 12.00 per hr * Ladder Truck C om pr ess or w /t 001s Tool Truck 3.25 per hr 5.00 per hr 2.50 per hr BILLING OF EXTRAORDINARY MAINTENANCE WILL BE SUBMITTED MONTHLY. Exhibit '* B I' CITY OF CARLSBAD 1. 2. 3. 4. 5. 6. 7. 8, 9. 10, 11. LIST OF INTERSECTIONS Carlsbad Boulevard and Carlsbad Boulevard and Carlsbad Boulevard and Chestnut Avenue and El Elm Avenue Grand Avenue Tamarack Avenue Camino Real El Camino Real and Marron Road El Camino Real and Plaza Way (May Co; entrance) Elm Avenue and Harding Street Elm Avenue and State Street Grand Avenue and State Street Jefferson Street and Marron Road Pi0 Pic0 Drive and Tamarack Avenue