Loading...
HomeMy WebLinkAbout1980-07-15; City Council; Resolution 6237t. 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 0 RESOLUTION NO. 6237 A RES~LUTION OF THE CITY COUNC I L OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT BETWEEN THE CITY OF CARLSBAD AND SOUTHWEST SIGNAL SERVICE FOR MAINTENANCE SERVIdE FOR TRAFFIC SIGNALS IN THE CITY OF CARLSBAD BE IT RESOLVED by the City Council of the City of Carlsbad as follows: 1. That certain agreement between the City of Carlsbad and Southwest Signal Service ;for maintenance of traffic signals in the City of Carlsbad, a copy of which i,s attached hereto and incorporated herein by reference, is here- by approved. 1 2. The dayor of the City of Carlsbad is hereby authorized and directed to execute said: agreement for and on behalf of the City of Carlsbad. PASSED, AiPPROVED AND ADOPTED by the City Council of the City of Carlsbad I I I at a regular me:eting held the 15th day of July , 1980, by the follow- ing vote, to wit: j AYES: NOES: None douncil Members Packard, Casler, Anear, Lewis and Kulchin ATTEST: (SEAL) 1 2 3 4 5 6 7 8 9 10 11 12 3.3 14 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 day of i' THIS AGREEMENT, made and entered into this I ~ , 1980, by and betdeen the CITY OF CAilLSBAD, California, a municipal corporation, hereinafter referfed to as "CityIf, and SOUTHWEST SIGNAL SERVlCE 9 hereinafter refe(red to as "Contractor". I I WITNESSETH: 1 WHEREAS, ti-/. City does find that the proposa I tendered by the Contractor for traffic signal maintenance, including the furnishing of all labor, services, materials and equipment, was a responsible proposal and of high standards; I WHEREAS, the City of Carlsbad does further find and determine that it would be in the best interests of the City that said proposal be accepted and the contract be awarded to the Contractor; , NOW, THEREkORE, for and in consideration of the mutual covenants and promises of the karties hereto and upon the express terms and conditions here- inafter set fort+, it is agreed by and between them, and each with the other, I as follows: I I 1. This contract shal I consist of and include Contractor!s proposal and the following documents attached hereto, as Exhibits A, B and C, and incorpor- ated by reference herein: A. Labor and Equipment Schedule B. LiLt of Intersections C. ; Li!st of some of the agencies for whom Contractor is presently i performing service agreements. AI I contract dociuments. I are intended to cooperate and be coordinated so that any one cal led flor and any one not mentioned in the other or vice versa, is to be executed +he same as if mentioned in all contract documents. , I 2. The sdid Contractor agrees to furnish all tools, equipment, apparatus, fac lities, labqr, service and materials, and perform all work necessary to I I maintain in good and workerlike manner traffic signal facilities according to i 1 2 'I 4 5 6 7 8 9 10 11 12 33 14 15 3.e 17 1E 1s 2c 23 22 2: 24 2: 2€ 27 28 er the proposal sub referred .to. It als and equipmen the Con ractor a approva of the 3 The Co adjust each cont chahge parts as 4. Contra tractor agrees t Genera I E I ectr i c long lasting ant will replace larr "group re- 1 amp i n ported. Any brc to be forwarded City may, at it. 5. Contrc of the contro I I E malfunctions. 6 control 7 to make 0 itted and accep-ied as in all contract documents hereinabove is understood and agreed that all said labor, services, materi- shall be furnished and said work performed and completed by an independent Contractor, subject to the inspection and ity acting through its City Engineer or representative. tractor agrees to make a routine inspection and clean and replace broken parts or .olIer and signal indications, and s necessary, one time per month. :tor agrees to f urn i sh rep 1 acement I use only standard traffic signal Company or Sylvania Company. Con -static cleaning agent for I'enses IS and clean reflectors and lenses lamps for all signals. Con- lamps as manufactured by ractor is to furnish special and ref 1 ectors. Contractor on a regular schedule as a 1" program. The City will answer all light-out calls as re- ;en parts of signal head will be noted and the informal-ion -0 the Contractor for replacement or repairs (except that the option, make these repairs or replacements.) :tor agrees to replace or repair any and all defective parts - mechanism as the occasion arises. 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 abd in consideration of the furnishing by said Contractor as herein providedl of said labor, services, materials and equipment in accordance with a I I provi slions of this agreement, together with the appurtenances thereto, I I -2- 1 2 3 4 5 6 7 a 9 10 11 12 12 14 15 JE 17 1E 1s 2c 21 22 22 24 2E 2c 21 2E satisfactory to the Contractor and the City. said Contractor and said Contra1 Forty Five Dol I month. Said SUI said sum become In additil not retroact i ve shall be ent tled to receive and sha I be pa d by the C tor agrees to accept in full satisfaction therefor, the sum.of trs and no/100 ($45.00) per intersection per shall be paid by the C due and payable. n, once each year after ty to said Contractor each month as the first year of this agreement (but y), said monthly maintenance sum per intersection shall be sub- ject to change /in accordance with the Consumer Price Index, Los Angeles, as published'by thb U. S. Department of Labor, based on one-half of the percentage change in the ihdex from the f i rst month of this agreemeni to each succeeding anniversary the!reof. I 9 time to These s All fJixed time and semi-actuated signals which are installed from time shbl I be added to those already maintained by the Contractor. gnals sjhail be maintained at the same rate and in the same manner as those covered b,y this agreement. than the beginning of the monthly contract period, payment for that month In the event notification is made at other the Contractor is notified. In the event any proraied from the day sahl I be fully ac actuated mutua I I y nals by collision, acts of God, malicious mischief, or for any reason whatso- ever. The cost of such repairs shall be based on the invoice cost of materi- ais, plus fifteen percent (15$), and the adjusted cost of labor and equipment used for such 1- epairs in accordance with the schedules on Exhibits A and B. ~ I 11. The kontractor agrees to commence the work provided for herein immedi ately upon the1 completion of the exectuion of this agreement and the delivery - 3- I 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 three (3) years I b ! from the date Contractor commences work, at which time the e 1 to Contractor o{ an executed copy thereof and to continue in a due and di I igent agreement may be negotiated for renewal as mutual ly agreed upon by City and Contractor . I I 12. The Cdntractor shal I carry pub1 ic I iabi I ity and property damage in- surance in an amount not less than Two Hundred Fifty Thousand Dollars ($250,000: for injuries, iqcluding accidental death, for any one person, and subject to ,the same limit for each person in an amount not less than Five Hundred Thousand Dollars ($500,0?0) on account of any one accident, and property damage insurancc in an amount not less than Fifty Thousand Dol tars ($50,000). I The Contractor shall also takeland maintain during the life of this contract, workers' com- pensation Insurance covering all of Contractor's employees on the project, in a company satiskactory to the City and shal I furnish to the City certificates l insurance covedage as herein provided of a I I employees o The Contrjadtor shal I I i kewise obtain pub I ic I iabi I issued by such kompanies showing that all of the abovementioned insurance has been issued; and is in ful I force and effect prior to commencing work in accordance with/ this agreement. I The Contractor shal I be responsible for the said Contractor. ity and property damagt insurance to cc/ver vehicles used or maintained in the performance of said work connected with Ithis agreement with 1 iabi I ity I imits of not less than Two Hundred Fifty Ihousand Dollars ($250,000) for any one person and Five Hundred I I Thousand Dol lads ($500,000) for any one accident, and property damage of Fifty Thousand Dol la$s ($50,000). I 1 13. Thisjagreement may be terminated by either party by giving sixty (60) 1 days' written jotice to the other, and this agreement shall terminate forthwith sixty (60) day6 following the date such notice is given. 1 14. In the event that any of the provisions of this contract are violated i -4- 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 by the Contrac notice upon th unless within shal I cease, t cease and term which cannot b sha no? 'tio )r, the City may terminate the contract by serving written Contractor of its intention to terminate such contract and, ?n (10) days after the service of such notice such violation 2 contract shall, upon the expiration of said ten (10) days, late. As to violations of the provisions of this contract remedied or corrected within ten (10) days, said contract I, at the option of the City, cease and terminate upon the giving of like the event of any such termination for any of the reasons abovemen- City may take over the work and prosecute the same to completion ce. In ed, the by contract 15. I 16. disc I aims further d or i named in the f forming the wo Contractor and Exce a1 I scla and further di performance he Contrac ea rt hq u 7. Cont persons or dam same was due t 18. Thi wr i tten consen 19. Thi signed by both beyond flood, otherwise for the amount and at the expense of the Contractor. rnishing of all k as provided in not as an agent, expressly understood and agreed that the Contractor herein abor, service, materials and equipment per- this contract, is acting as an independent t for the manufacturers' factory warrant arranties with respect to materials supp ms all warranties with respect to materi claims any and all liability for failure servant or employee of the City. es, the Contractor ied hereunder, and Is supp I i ed hereunder, to perform or delay in eunder where the same i,s due in whole or in part to any cause ted to, fire, tY out of injury to ge to property of a customer or any third party unless the 1 the negligence of this Contractor. by Contractor without the or's reasonable control, such as, but not lim ke, I ightning, strike, or other labor diff icu actor shall not be liable for damages arising agreement shall not be assigned of City. agreement may be amended or mod fied only by written agreement parties, and failure on the part of either party to enforce -5- any provision of to compel enforct 1 N WITNESS the day and year this agreement shall not be construed as a waiver of the right nent of such provision or provisions. WHEREOF, the parties hereto have executed this agreement on f i rst above written. CITY OF CARLSBAD, a municipal corporation of the State of California Gg&/&[6 b5LJ ONALD C. PACKARD, MAYOR I rTTEST : BY -6- City of Car. 1200 Elm Avr Carlsbad, CJ Subject: Trl Gentlemen, Enclosed is seriice for # Basic rate 1. -Monthly cleanin 2. Provide 3. Relampi of 3M signa Emergency a temporary s Miiterial cc Equipment C A. Lift 33. Sen . C. Rent I Labor Cost ~ Servicc Lab0 re : We are cur. lighting fc also we ha Saul. Diego . . June 26, 1980 I _. ;bad 1 b 92008 ffic Signal Maintenance Service Proposal. 3ur proposal for the traffic signal maintenance the City of Carlsbad. f $45.00 per intersection which includes: inspection of each, intersection including twenty-four hour per day emergency service . g and cleaning all signals (except no relamping ) once per year. .d specialized repaires i.e. (Knockdowns, .gnals etc. per section 10 of agreement). and adjustment of equipment. plus fifteen percent (15$). >st: Truck -ce Truck i1 Equipment Technician 15.00/hr. 6 . oo/hr . Invoice cost plus 15% 17.OO/hr . 25,50)/hr. O.T. 12 . OO/hr . ~ 18,00/hr. O.T. 3ntly maintancing the traffic signals and r the Cities of El Cajon and La.Mesa, s done knockdown repair for the County of I 9 I. ,. . At the Citbs request we will furnish certificate of insurance bnd we hold a valid electrical contracting license #3/56419. We are looking forward to doing business with the City of Calrlsbad and if you have any questions please do not hesiitate to call. . .. , I Sincerely, , t ~ CITY OF CARLSBAD 3. Carlsbad Boulevard LIST l OF SIGNALIZED INTERSECTIONS and Tamarack Avenue 6. Cl Camino Real a 7. Elm Avenue and H 8. Elm Avenue and S 9. Grand Avenue anc 10. Jefferson Streel 11. Pi0 Pic0 and Tar 12. El Camino Real TO BE ADDED UPON EXP 13. Marron Road and 14. El Camino Real 15. El Camino Real 16. Paseo del Norte 17. El Camino Real 18. Elm Avenue and -ding Street ate Street State Street and Marron Road rack Avenue d Hosp Way ,ATION OF WARRANTY 'laza Entrance Id Alga id Dove Lane 3nd Palomar Airport Road nd Tamarack Avenue (future) io Pic0 Drive (future) ! I i* .. Ii .. June 26, 1980 I I I City of Carlsbad 1200 Elm Aye. Carlsbad, CA 1 92008 Subject: Street Lighting Maintenance ,Gentlemeq, In additio4 to our proposal for Traffic Signa.1 Maintenance, we would also de pleased to handle the Street Lighting Maintenance for the City of Carlsbad. Lighting Maintenance cost would be based on time and material using our proposed. signal maintenance rates, Lighting would be classified non emergency and handled as soon as! it could be scheduled. Group relamping (10 or more lamps) would be a fixed rate of $12.00 per light plus1 lamp arid overhead cost . We are currently maintaining the lighting systems for El Cajon and La Mesa. 1 I I ’ I I . I Sincerely, Hugh Wood HW/rr 4 .