Loading...
HomeMy WebLinkAbout2003-02-04; City Council; Resolution 2003-0281 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 0 2 26 5 27 J 28 z 0 3 0 a G RESOLUTION NO. 2003-028 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING A BID AND AWARDING AN AGREEMENT FOR STREET AND LOT SWEEPING SERVICES. WHEREAS, the City of Carlsbad requires the services of a street and lot sweeping COntraCtOr, and; WHEREAS, proper bidding procedures have resulted in the receipt of a bid from a qualified contractor, and; WHEREAS, a best value evaluation has resulted in the selection of a qualified contractor; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitals are true and correct. 2. The bid of Cannon Pacific Services LLC, PO Box 230147, Encinitas CA 92023, is the best value. 3. The bid of Cannon Pacific Services LLC is hereby accepted. 4. The Mayor of the City of Carlsbad is hereby authorized and directed to execute an agreement, a copy of which is attached, for and on behalf of the City of Carlsbad for one year, which may be renewed by the City Manager for four (4) additional one-year periods, in an amount not to exceed one hundred sixty-one thousand dollars ($161,000.00) per agreement year. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the city of Carlsbad on the 4th day of FEBRUARY , 2003, by the following vote: AYES: Council Members Lewis, Finnila, Kulchin, Hall, Packard NOES: None ABSENT: None LORRAINE M. WOOD,'city Clerk (SEAL) AGREEMENT' FOR STREET AND LOT SWEEPING SERVICES CANNON PACIFIC SERVICES THIS AGREEMENT is made and entered into as of the ~57& day of , 20-, by and between the CITY OF CARLSBAD, a municipal corporation, '("City"), and CANNON PACIFIC SERVICES LLC, a corp,oration ("Contractor"). RECITALS A. City requires the professional services of a contractor that is experienced B. Contractor has the necessary experience in providing professional C. Selection of Contractor is expected to achieve the desired results in an D. Contractor has submitted a proposal to City and has affirmed its in providing top-quality street sweeping services. services and advice related to street sweeping. expedited fashion. 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 (1) year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed One Hundred Sixty-One Thousand Dollars ($1 61,000.00) 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 The total fee payable for Services during the Agreement (including extensions) will be Eight Hundred Five Thousand Dollars ($805,000.00). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this City Attorney Approved Version #04.01.02 1 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". 6. STATUS OF CONTRACTOR Contractor will petform 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 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 bhd 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 in whole or in part by any willful misconduct or negligent act or omission 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- City Attorney Approved Version #04.01.02 2 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-:VI'. 10.1 Coveraqes and Limits. 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 Liabilitv Insurance. $2,000,000 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). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' ComDensation and Emdover's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $2,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 3 City Attorney Approved Version #04.01.02 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: 1 0.2.1 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 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraae. 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. 4 City Attorney Approved Version #04.01.02 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. For Citv: For Contractor: Public Works Supervisor/Streets NametJr)i'lr 5: I /+tup[iL! Maintenance Title (A i-'/d/.-.F City of Carlsbad Public Works - '! /I - 7 Address t 1.. (.A- . , >? ;I c\ ! ) *I -.,, ~ P. , , ,? 405 Oak Avenue Carlsbad CA 92008 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, subco.ntractors 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. 5 City Attorney Approved Version #04.01.02 7 18. DISCRIMINATION AND HARASSMENT PROHIBITED 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 thirty (30) 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, City Attorney Approved Version #04.01.02 6 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 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 sea, 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 patties 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. 7 City Attorney Approved Version #04.01.02 Y 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. CANNON PACIFIC SERVICES, LLC **By: (sign here) CITY OFLARLSBAD, a municipdf AlTEST: - City Clerk (print namehitle) 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 City Attorney Approved Version #04.01.02 a CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Bpersonally known to me El proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed 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 his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. siilure ot Notsty Publk Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of'this form to another document. Description of Attached Document Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) 0 Individual 0 Corporate Officer 0 Partner - 0 Limited General 17 Attorney-in-Fact 0 Guardian or Conservator Signer Is Representing: Signer's Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attomev-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I Signer Is Representing: I I 0 1996 NatKvlal Notary ASSCCiation - 8236 Remmel Ave., P.O. Box 7184 CaMga P8ti1. CA 91309-7184 Pmd. No. 5907 Reo&c Call Toll-Free l"87-7 /I EXHIBIT “A” SCOPE OF SERVICES I. Payment: For all compensation for Contractor’s performance of work under this Agreement, City shall pay to Contractor $12,160.76 per month for regular street sweeping services and $980.00 for parking lot sweeping. Periodically, adjustments to.the number of curb miles may be made due to the addition of newly constructed streets or the temporary elimination of existing streets due to construction. Cumulative adjustments of less than six curb miles shall be considered immaterial and will not affect the contracted .monthly cost. Cumulative adjustments in excess of six curb miles shall be compensated at the rate of $10.00 per curb mile. Additional parking areas will be compensated at the rate of $0.01 per square foot. Additional special work of extraordinary nature including but not limited to disaster, spillage and special events will be compensated at the rate of $60.00 per hour at the request of the Public Works Manager or designee. In the event of an annual extension to this Agreement, Contractor may request a rate review and adjustment, based on factors such as cost of living increases, etc. Any agreed upon rate revisions shall be included in the Amendments to Agreement. Periodically during the course of this Agreement, unforeseen circumstances beyond Contractor‘s control may arise which impact Contractor’s costs. Should this occur, Contractor shall submit to City a written request for unit cost increase. City shall respond to this request within ten working days. If City and Contractor mutually agree on the increase, a standard Amendment to Agreement shall be prepared and submitted to the City Manager for approval. Should Contractor and City be unable to agree to .the terms of the requested adjustment within 30 days after Contractor’s request, Contractor may terminate this Agreement upon 60 days written notice. The closure date for each monthly invoice will be the 30th of each month. Invoices from Contactor shall be submitted according to the required City format to the Public Works Manager or designee no later than the loth day of each month. Payments will be delayed if invoices are received after the loth of each month. 1 II. Provisions of Labor and Materials: Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Agreement Documents. Ill. Scope of Work: Contractor shall perform all as follows: 0 All residential and commercial streets to be swept two times per month. (List of streets attached as Attachment 1 .) 0 Entire downtown Village area to be swept three times per week on Mondays, Wednesdays, and Fridays. (Area posted 3:OO a.m. to 5:OO a.m. Downtown map attached as Attachment 3.) Note: All extruded curbs to be included. See page 13, Section V, paragraph5 for standard of work. 0 All alleys to be swept two times per month. (Alley map attached as Attachment 3.) 0 All open striped and raised curb medians to be swept one time per month unless otherwise identified as once per week. 0 All bike lanes on Carlsbad Boulevard, from north city limits to south city limits, to be swept northbound and southbound one time per week (on Fridays) with a broom-type sweeper. 0 The following road segments to be swept once per week: o El Camino Real from Haymar Drive to the southern city limits o Palomar Airport Road from Carlsbad Boulevard to the eastern o La Costa Avenue from Interstate 5 to Rancho Santa Fe Road o Paseo del Norte from Cannon Road to Palomar Airport Road o Tamarack Avenue from Carlsbad Boulevard to Carlsbad o Marron Road from Highway 78 to El Camino Real city limits Village Drive All posted streets to be swept during the indicated time periods. The entire surface of the parking lots are to be swept including the (Posting list attached as Attachment 2.) corners and behind the stop blocks. The estimated monthly curb miles to be swept is 1,228.36 curb miles. The estimated square footage of parking lots to be swept is 1,724,897,sq. ft. per month. IV. Citv’s Riaht to Chanae Scope of Work: City may require the addition or deletion of streets to the regular sweeping schedule to accommodate streets constructed after the effective date of 2 this Agreement, other streets or alleys, or parking lots. Any additions to the scope of work shall be compensated at the curb mile rate specified in Section I Pavment. City may require occasional special additional work, as requested by the Public Works Manager or designee. Any special work shall be compensated at the hourly rate specified in Section I Payment. City may require other changes to the scope of work, and Contractor shall comply, provided that if such changes result in increased costs, Contractor shall have the right to apply for a rate review and adjustment. A Standard Amendment to Agreement shall be prepared by City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of this Agreement. Should Contractor and City be unable to agree to the terms of the requested change within 60 days after City’s request, City reserves the right to competitively bid said services. V. Standard of Work: Contractor shall perform the work described herein in a thorough and professional manner so that the residents and businesses within the City are provided reliable, courteous and high quality street sweeping services at all times. Sweeping speed shall not exceed 8 miles per hour. At any time the City determines sweeping speed has exceeded 8 miles per hour, the Public Works Manager or designee may request any or all of the sweeping route in question to be re-swept at no additional cost to City. In the event inclement weather precludes adhering to the regular sweeping schedule for two days or less in a given week, the sweeping areas so affected shall be swept within one week of the regularly scheduled sweeping day without interruption of the regular sweeping schedule. Contractor shall perform all rescheduled work so required at no additional cost to City. If inclement weather precludes adherence to the regular sweeping schedule for three days or more, the affected areas may be omitted from the schedule for that cycle only, and a credit issued to City at the curb mile rate specified in Section I Pavment. When a holiday occurs on a regularly scheduled sweeping day, said sweeping area shall be swept within two days of the regularly scheduled sweeping day without interruption of the regular sweeping schedule. Contractor shall perform all rescheduled work so required at no additional cost to City. A holiday schedule shall be submitted annually upon Agreement renewal to the Public Works Manager for approval. 3 In the event streets or portions thereof are omitted due to driver error, Contractor shall sweep skipped areas within 24 hours notice from City. In the event Contractor is prevented from completing the sweeping as provided in the schedule for any other reason, he shall be required to complete those services prior to the next regularly scheduled date or give City credit for that work at the curb mile rate specified in Section I Pavment. Adjustments for streets deferred and not swept prior to this deadline will be shown separately on the monthly invoice. The 6 curb mile adjustment provision specified in Section I Pavment shall not apply in this case. Contractor may be required to submit reports at no additional cost as requested by the Public Works Manager or designee concerning sweeping schedules and other related matters. This may include a list of all streets being swept with an accurate break down of the number of curb miles per street. All streets shall be clean and free from debris to the satisfaction of the Public Works Manager or his designee upon completion of the sweeping. Any streets that do not meet the satisfaction of the Public Works Manager or designee will require additional passes at no additional cost to City. Contractor shall maintain an office and equipment yard in North San Diego County. This facility must be located so that response time to any point within the City of Carlsbad does not exceed 30 minutes. In areas with offset angles and/or extruded curbs where the sweeper cannot maneuver, specifically the village area, operator will use whatever legal means necessary to maintain the cleanliness of these areas. These areas shall be subject to all the terms and conditions listed above to the satisfaction of the Public Works Manager or designee. VI. Machinew and Eauioment: Contractor shall use standard heavy street sweeping equipment as is necessary to clean the streets of the City of paDer. dirt, rocks, and debris. Contractor shall provide machinery and equipment sufficient in capacity and number to perform the work required under this Agreement in strict accordance with its terms. Said machinery and equipment shall comply with all federal, state, and local requirements for such machinery and equipment as they now exist or may be amended in the future, and be registered with the California Department of Motor Vehicles. Contractor shall furnish City with a written list of all machinery and equipment and shall update the list annually upon renewal of Agreement. The inventory shall list all machinery and equipment by manufacturer, model year, ID number, date of acquisition, type and capacity. Contractor’s name, unique vehicle identification number, and the phrase “Under 4 Contract to the City of Carlsbad” shall be prominently displayed on all machinery and equipment in letters no less than 2 Y2 inches high and visible on both sides of each vehicle. Nothing herein shall preclude the Contractor from substituting other equal equipment due to maintenance or other factors upon prior notice to and approval of City. All equipment shall be available for inspection by City upon 24 hour notification to Contractor. Primary equipment used by Contractor for work to be done under this Agreement shall be new. Backup equipment shall not exceed three years in age unless certification is presented to and approved by the Public Works Manager or designee that equipment has been completely overhauled and/or rebuilt. All streets will be swept with vacuum-type sweeping equipment except those specified on Exhibit 4 herein and as may be modified by the Public Works Manager or his designee. VII. Work Schedule: The hours during which the sweeping shall be performed shall be at the discretion of Contractor subject to the approval of the Public Works Manager or designee. Contractor may be required to conduct early morning sweeping on certain major streets and downtown village areas. Contractor shall be responsible to notify residents of the sweeping schedule and any changes in the schedule, including holidays. No sweeping shall occur prior to 7:OO a.m. in residential areas. Should Contractor wish to change existing sweeping schedules or posted streets, he will do so at his own expense provided such change is approved by Public Works Manager or designee. VIII. Debris DisDosal: Contractor shall dispose of all debris collected under the performance of this Agreement by hauling to a disposal site subject to the approval of the Public Works Manager or designee. Contractor is not responsible for debris disposal costs, however Contractor shall arrange for City to be billed directly for said debris disposal costs. With 30 days written notice, City may direct Contractor to make direct payment for debris disposal costs and City shall reimburse Contractor for said costs. Contractor’s actual debris disposal invoices are subject to review by the Public Works Manager or designee. IX. Water: Contractor shall make all necessary arrangements through the proper water district to obtain and pay for water necessary for the operation. 5 /6 X. Faithful Performance: The standards of performance which Contractor is obligated to perform hereunder are the standards which are considered to be good street sweeping practices and shall be subject to the approval of the Public Works Manager or designee. Contractor shall maintain in full force and effect during the term of this Agreement, a Bond for Faithful Performance from a corporate security satisfactory to City. Said corporate security shall be duly authorized to do business in the State of California. Said Performance Bond shall be equal to one hundred percent (100%) of the estimated annual amount of this Agreement. XI. Cancellation Clause: If Contractor refuses or fails to prosecute this Agreement or any separable part thereof with such diligence as will ensure its completion within the time specified by City or any extension thereof, or fails to complete such work within such time, or if Contractor should be adjudged bankrupt, make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of Contractor‘s insolvency, or if Contractor or any subcontractors violate any of the provisions of this agreement, or if Contractor fails to make prompt payment for materials or labor or if Contractor persistently disregards laws, ordinances, or instructions of City, City may serve written notice upon the Contractor and Contractor’s surety of its intention to declare this Agreement in default, said notice to contain the reasons for such intention to declare a default, and unless within ten (1 0) days after the services of such notice, such violations shall cease and satisfactory arrangements for the. corrections thereof be made, this Agreement shall upon the expiration of said time, be in default. Upon such default, City shall serve written notice thereof upon the surety and Contractor. The surety shall have the right to (1) take over and perform this Agreement or (2) deposit with City the amount herein below described. If the surety does not within fifteen (15) days after the serving upon it of a Notice of Default, give City written notice of its intention to take over and perform this agreement or does not commence performance thereof within thirty (30) days from the date of City’s notice, City may take over the work and prosecute the same to the extent of completion it deems necessary by contractor or by any other method it may deem advisable for the account and at the expense of Contractor, and the surety shall be liable to the City for any cost or other damage and in such event City may, without liability for doing so, take possession of and utilize in completing such work, such equipment, and other property belonging to Contractor that may be on the site of the work and be necessary therefore. Should surety fail to take over 6 and diligently perform the agreement upon Contractor’s default, surety agrees to promptly on demand, deposit with City such amount as City may reasonable estimate as the cost of completing all Contractor’s obligations. For any such work that City elects to complete by furnishing its own employees, materials, tools and equipment, City shall receive reasonable compensation thereof including costs of supervision and overhead. XII. Druq and Alcohol Free Workplace: The City of Carlsbad is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this Agreement, Contractor and Contractor’s employees shall assist in meeting the requirements of this policy as set forth in the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference herein. Contractor agrees that Contractor and Contractor’s employees, while performing .service for the City, on City property, or while using City equipment will not be in possession of, use, or be under the influence of drugs or alcohol. Contractor has the duty to inform all employees or agents of Contractor that are performing service for City on City property or using City equipment of the City’s objective of a safe, healthful and productive workplace and the prohibition of drug or alcohol possession, use or impairment from same while performing such service for City. City has the right to terminate this Agreement and any other agreement Contractor has with City if Contractor or Contractor’s employees are determined by the Public Works Manager or designee to have breached the provisions of Section XI1 herein as interpreted and enforced pursuant to the provision of the City of Carlsbad “Drug and Alcohol Use Policy” incorporated by reference herein. XIII. Assianment of Contract: Contractor shall not assign this contract or any part thereof or and monies due thereunder without the prior written consent of City. 7 .. .. .. .. .. .. *. .. .. .. .. .. .. .. .. .. .. .- .m :7 ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ... :u : : : :> : : : ... im : : : .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. i3j .n .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... .... .... .... .... .... .... .... .... .... .... .... . . ,. . .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... (D m m a it; :'c .. .. *. .. .. .. .. .... - -L :- ;m L .... :c'i i"r iya :::::::::z ... .... ..... ....... ....... -7 : :z : :7 : ... ... ... ... ... ... ... ... ... ... ... ... .. .. .. .. .. .. .. .... .... :::;;-a ....... .... .... .... .... .... .... .... ~~ .................. .................. .................. .................. ~~~~~ .. .. .. .. .. .I . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... a " .... .... ...................... :77 : :r .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... .......................... ...... ........................... ...... .......................... ...... .......................... ...... .......................... ...... .. -*La -* :-cJ cn E; + -& -& . . -+a LC. .. ...... .-aa z . :a : :(u ;a- :a i: cn :::::::iB?!c\!iz ::::z ::z :: . -- ,. : .E; :-&E :Len : L :- ..... ....... ...... ........ .. 7 .. ... ... ... .... ... ... ... ... ih .. .. .. .. .. .. .. : i, .. .. T- .. :y .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. eL WLL crm (RE 22 ica .- -v) :7 .. .. ". .. :ea i i i :cur:.. . ... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... .. .. .. .. .. .. .. .. .. .. +EFEEEE -*888tjtjtj a,mmmmmm nnnnnn = aaaaaa nF,,"v K...... ai::::: z :::::: ..... ...... a:::::: ....... ....... ....... ....... ....... ....... ....... ....... n a K -z z iaa ... ... ... z P -e aa icu .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ... ... ... ... ... ... ... ... ... ... ... .... .... .... .... .... .... .... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 00000000000 .E .E .E .E .E .E .E .E .E .E .E EEEEEEEEEEE aaaaaaaaaaa 00000000000 a, ea m n >>A)rA)r>> aaaaaaalu OLL 0 OLLLLLL 0 zzzzzpz 5 mEE ***E 27 z2=== 2 dnmmnunm C KKaaaF n pn C C C atj aaPPz a = .v) v) acucuz a: 0 7- 0- -77 : : . -7 ...... ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ ........ . N 0 0 N a- N In a 3 a LL ai c a C a a .. .. .. * >>A> aaaa a aLLLL ;xsz = 35 kfiV-3 m*?F a aZcuZcu 2s UD a a cc zz :; 'cu : : .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ... ... 4::: b> m e b> a P c C 0) E 3 4 ir E m E m U t a 0- u) T- -* U C a n t a - u) T- n C a Z cu -0 C cu .. .- . .In . .E ..... ..... icu::::: :.- : ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .. .. .. .. .. .. ~.. ..... .. .. .. .. .. .. .. .. .. z- z; 00 9 .P .E 00 ....... ....... ....... ....... ....... ....... .. .... c 3 c v) Q) r c 0 m UJ d 8>r a e ir I- t"bU ..... T-T- : : .... .... .... .... .... .... .. --: -- -"" .... :T-::::: ........... ........... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 7::: .... .... .... .... .... ..... .... .... .... ..... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .- 8 a .- 0 a :a :> ........... ........... ........... ............ ........... ........... ........... ... ... ." .. .C ... .C .L L .. .cn .ln .cn u) .." " .. ... .. ... ... ... ... ... ........... ........... :7 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... ... ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... .. .. .. 0 8 ......... .................... ........ ........ :z :zz .................... .....::: i(ui(u(u ~~~~.~.~.~.~.~.~.~. ..... ................. ....... .................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ................................. ........................ rrrrrrrrrrrrrrrrrrrrrrrrr~rrrrrrr aaaaaaaaa,aaaaaaaaaaa,a,aaaaaaaa,aaa.r 00000000000000000000000~000000000 000000000000000000000000000000000 . .L ..... ..... . :cu : : ... ... i"h : : : : : ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ .. .. .. .. .. .. .. 2 al ED m a ....... L ......." UJ ...... .UJ UJ it; i e'p i .......... i': i i 7:::::::" ~~~~ E ............... .............. cui:::::::::::::: ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ................ ............... ............... ...... ........ %::::::ai:::::::: ............. ... ............. ... ............. ... ....... -..... ........ :c :c .- .. w c a cu '0 C tj :tj Y :.r ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...... ...... ...... ...... .. .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ........ .. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. ................. )I> aa LLLL gz " Q, rl E m U c a 'OD C cu'u .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ,. .. .. .. .. .. .. .. .. .... .... .... .... .... .... .... :e :N .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ie :cu .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... .... .... .... .... .... .... ..... ..... ..... ..... .. .. .. .. .. .. .. ..... ..... ..... ..... ..... ..... ..... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .. .. .. .. .. .. .. ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... U .. .... .... .... .... .... sz . . 77 :7 : : .. ...... - ..... u) ."" ..... l-::::: ~~~ ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ...... .............. ...... .... ... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... .... ... .............. ...... .... ... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... .... .............. ...... :uu : : : :cc : :: :ala:: : UJ I- UJ t>>>>X> aaaaaa LL OLLLLLL gGzgg; e ZE5E + me m9mc 0 mu 0 0-* rY CaZErY KCK r- U) rCU7.o .... icu :7 : : 'C .... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... "" .. ........ .. .. .. .. .. .. .. "-0 !h .. .. .. : : :rY . . :' .. .... .... .... .... ... ..... ... ..... ... ..... ......... ......... ......... .......... ......... ......... ......... ......... ......... ......... ......... ............ ............ ............ ............ .. .. .. .. .. .. .. .. .. .. .. .. .. .... .... .... .... .... .... .... c .... .... .... .... .... .... .... .... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ........ ........ ........ :E :* * Q, Q, '0 :K ia :rY :l- .. .. .. .. .. .. .. ..... .. ..... .. .U) .- ..:-::::: ......... ......... ......... ......... ......... ..... ...... ......... ... .......... ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ......... .............. ....... .............. .............. id::::::: .............. :I ....... .............. ...... .............. ....... .............. . " ....... L i i .. .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... - In T- .. .. .. .. .. .. .. .. Ei N: .. .. .. .. .. .. .. -. .- . - E: e: >: c: 3: v,: 0: c. ::7::: ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... 7-:::::: ....... ....... ....... ....... ....... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ....... ....... ....... ....... ....... ....... ....... ....... ....... ....... ....... ....... ....... ....... .... .... .... .... .... .... .... ...... ...... .. . .: :A: ~~ .... a )r a U C '5: s E m U c a - In r .... .... .... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .. .. .. .. .. .. .. .. .. .. ...... ...... ...... ...... ...... ...... ...... ....... ..... :a::::: .-..... :-e : : : : : :a::::: is::::: ..... ..... ..... ........... ........... ........... ......... .......... -c ::::::::::% .......... .......... .......... .. .. .. .. IC.' 3 c % .. .. .. .. .. .. .. :Y- : ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 22 :: ac\I i i .. .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ... .L ..... ::::cv::::: .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... .......... D. c- ai ........ .. ........ .. ........ .. ........ .. ........ .. ........ .. ........ .. ........ .v) .- : tjn ........ .. ........ :7: ... ycaiiiiiii;:a:: iz : : ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. ... .............. .............. ::::e ::::: ... :a::::: ... .. .. .. .. d cu .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... .... ... ... ... ... ... ... ... ... ... ... ... Q cn h I fn 3 CD a . .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... P B 3 .. ... ... ... \> a rJ t h> a rJ t .> a rJ t r> a F *> a U cn a c U 5 r> a rJ LL bh a rJ t h> a U 3 2 F b> a U .- t 3 e F E m E m E m E m E m -b-b 55 E m F! m e m e m U a w a U c a e m U c a U a U a C U a E m w a C U c a w c a L u) 7 U C a :z :7 L u) 7 -2 cu L u) 7 L u) 7 L Y, 7 w c a zuu Ttvh ... ... ... ... ... ... ... -2 icu L u) 7 c u) v .. .. .. .. .. .. .. .. .. " .. .. .. .. .. .. .. c u) 7 L. u). .r: .. .. .. .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ...... ...... ...... ...... .. .. .. .. .. -. .. e .g 0 3 x0 L .... .... .... .... + i G .. .. .. .. .. .. .. ai r a -I .... .... 8 (u c a 2 G 8 a ZT .. :ai ai .I Z6 5 s '13 a z c 0 c E a 3 0 cn 5 c 3 r 3 s $ E! P E cn 0 $ E! P € cn 0 3 E! 2 cn 9 0 c 0 cn P C a > a iij a P c .- cn - b cn 0 L ca P cn a cn P tii G 0' N a, 0, 0 a .> a a 'z: z r> a P r> a P 2 P 2 '13 c s 8> a U s b 2 b I e m I- F+ E m E m E m U c a e m ES md- c Q, Q, k u) '13 c a U C a U c a U C m L v) 7 uu cc aa " mu) FV .. .. .. .. U c cu c u) 7 * u) 7 N 0 8 .. :z : : .. .. .. .. : :z : i icu i .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ... : : :ai .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... ... ... ... ... ... ... ... ... .. ... : :a : :3 : :r i :e .. .. .. .. .. .. .. .... .... .... .... .... .... .... .. .. .. .. .. .. .. .. .. .. "" .... .' .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ............ ............ .......... .... .... .... .... a, 0) m a z "5 7 :7 ... ... ... ... ... ... ... ... ... .... .... .... ip i .... :::::a: ....... ....... ....... ....... ....... - u) :: .. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .... ... ... ... ... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... .... -.... a,:::: ... 2;::: 7:: ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ....... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... ........... .... ... ... ... . . ,. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... I-I-I- 32 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. : :v . -7 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. :v :T- .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. :1- : :T- : .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ~~ .... .... .... .... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ". ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... ... :T- ... ... ... ... ... ... .. ..... ..... ..... ..... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. *. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. " c rn l- m- N ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... c .. rn 3 UJ 3 a ........ ........ ........ ........ ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..... ..... ..... ..... ..... ..... ..... c .. : :-a ........ ........ ........ ........ ... ... ... ... ... ... ... ... : :> : :m ..... ..... ..... ..... ..... ..... ..... CURRENT POSTED "NO PARKING" AREAS VILLAGE AREA Beech Street: Between State Street and Roosevelt Street. Posted 3:OO a.m. to 5:OO a.m. daily. Carlsbad Village Drive: Between Carlsbad Boulevard and 1-5. Posted 3:OO a.m. to 500 a.m. daily. Grand Avenue: Between Carlsbad Boulevard and Hope Street. Posted 3:OO a.m. to 500 a.m. daily. State Street: Between Oak Avenue and Laguna Drive. Posted 3:OO a.m. to 5:OO a.m. daily. Roosevelt Street: Between Carlsbad Village Drive and Beech Street. Posted 3:OO a.m. to 500 a.m. daily. Park Drive: Cove Drive: Marina Drive: Bayshore Drive: Harding Street: Carol Place: Pine Avenue: Between Adams Street and Neblina Drive. Posted 8:OO a.m. to 12:OO noon, 2nd & 4* Tuesday each month. Between Park Drive and west end. Posted 8:OO a.m. to 12:OO noon, 2nd & 4th Tuesday each month. Between Park Drive and west end. Posted 8:OO a.m. to 12:OO noon, 2nd & 4th Tuesday each month. Park Drive to south end. Posted 8:OO a.m. to 12:OO noon, 2"d & 4'h Tuesday each month. Between Magnolia Street and Carol Place. Posted 8:OO a.m. to 12:OO noon, 1'' & 3rd Tuesday each month. Between Harding Street and Jefferson Street. Posted 8:OO a.m. to 12:OO noon, 1'' & 3rd Tuesday each month. Between Harding Street and Interstate 5. Posted 8:OO a.m. to 12:OO noon, 1'' & 3'c1 Tuesday each month. STS Street Sweeping Schedule - Updated August 28, 2002 Page 23 Attachment 2 3 [/ Laguna Drive: Kremeyer Circle: Washington Street: Lincoln Street: Oak Avenue: Monroe Street: Tyler Street: Davis Avenue: Davis Place: Knowles Avenue: Between Jefferson Street and 1-5. Posted 8:OO a.m. to 12:OO noon, 1" & 3" Tuesday each month. Between Laguna Drive and end. Posted 8:OO a.m. to 12:OO noon, 1'' & 3" Tuesday each month. Between Carlsbad Village Drive and Oak Avenue. Posted 8:OO a.m. to 12:OO noon, 1'' & 3rd Tuesday each month. Oak Avenue to Carlsbad Boulevard. Posted 8:OO a.m. to 12:OO noon, 1" & 3'cl Tuesday each month. Between Washington Street and Lincoln Street. Posted 8:OO a.m. to 12:OO noon, 1'' & 3'cl Tuesday each month. Between Chestnut Avenue and Basswood. Posted 4:OO a.m. to 6:OO a.m., 1'' & 3rd Wednesday each month. Between Oak Avenue and Chestnut Avenue. Posted 500 a.m. and 7:OO a.m., 1'' & 3rd Tuesday each month. Between Laguna Drive and Knowles Avenue. Posted 8:OO a.m. to 12:OO noon, 1'' & 3'cl Wednesday each month. Between Davis Avenue and the end. Posted 8:OO a.m. to 12:OO noon, 1" and 3'd Wednesday each month. Between Jefferson Street and 1-5 Freeway. Posted 8:OO a.m. to 12:OO noon, 1'' and 3rd Wednesday each month. STS Street Sweeping Schedule - Updated August 28,2002 Page 24 Attachment 2 ". r. /- PARKING LOT SWEEPING SCHEDULE LOCATION EST SQ FT FREQUENCY 1 Holiday Park 2 Parks Yard 3 Magee 4 Poinsettia 5 La Costa Canyon 6 Stagecoach 7 Calavera 8 Safety Center 9 Street Dept 10 Beach Bluff 11 Old Train Depot 12 Fountain 13 State Street 14 Vera Cruz 15 Washington Street 16 Garfield 17 Roosevelt - North 18 Roosevelt - South 19 Pine Field 20 City Hall 21 Cole Library 22 Wickham Way 23 Hosp Grove 24 Senior Center 25 School Admin 26 Harding Center 27 Swim Complex 28 Faraday 29 Farmer's Building 30 Dove Library 31 Water District 32 Duck Pond TOTAL: STS Street Sweeping Schedule - Updated August 28,2002 18,500 13,000 5,000 88,828 8,800 96,700 56,715 37,600 8,600 17,875 27,260 15,000 14,900 24,000 14,672 20,000 18,460 15,525 13,600 36,300 50,964 19,500 13,750 62,500 19,375 1 1,200 19,574 98,635 209,017 9851 6 27,200 18,600 1,724,097 Page 25 1 x Month 1 x Month 1 x Month 1 x Month 1 x Month 1 x Month 1 x Month 1 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 2 x Month 1 x Month 2 x Month 2 x Month. 2 x Month 2 x Month 1 x Month 1 x Month 2 x Month 2 x Month 2 x Month 1 x Month 2 x Month 1 x Month 1 x Month PER MONTH Attachment 2 3k - City of Carlsbad REQUEST FOR BID July 18,2002 BID NO. 03-02 DATE DUE: AUGUST 14,2002 1l:OO AM FOR: STREET AND LOT SWEEPING SERVICES The City of Carlsbad is requesting bids for street and lot sweeping services per the attached specifications and conditions. Your bid must be submitted on the attached forms. Additional documentation may be added if desired. Please review the entire bid package before submitting your bid. Incomplete submissions may be rejected as non-responsive. Our goal is to have the successful contractor providing services as soon as possible after award. The agreement will be for a one-year period with four additional one-year option periods. In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, responsiveness to specifications, references, ability to provide services, consistency with current standards, implementation schedule, other qualifications and unspecified value-added offerings by the bidder. The lowest bidder may not receive the award. We will expect the successful bidder to sign a contract. A sample contract is attached which includes the scope of services and is part of your bid. The final contract will include this request for bid and the successful bidder's response. Please do not execute the contract at this time. The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new bids on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your bid. No "guarantee of good faith" will be required for this bid. Proof of insurance and necessary licensing and a 100% faithful performance bond will be required of the successful bidder only. Please direct questions about the bid specifications to Greg Woods, Public Works - Streets, at 760434- 2939. Please direct questions about the bid process in general to Kevin Davis, Purchasing Department, at 760-602-2466. Fax Number - w2 OPENED, WITNESSED AND RECORDED: $ NONE (FAILURE TO SUBMIT GUARANTEE OF GOOD FAITH, WHEN REQUIRED, WILL VOID THE QUOTE. SEE ITEM 3, PAGE 2, GENERAL PROVISIONS. THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY- AND WOMEN- OWNED BUSINESSES 37 1635. Faraday Avenue Carlsbad, CA 92008-731 4 (760) 602-2460 FAX (760) 602-8556 @ Paelfic Services P.O. Box 2301 47 BIDDER’S COST OF SERVICE Encinitas, CA 92023 The undersigned declares he/she has carefully examined the locations of the work, read the Notice Inviting Bids, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete the Agreement for Street and Lot Sweeping Services 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: 1. Regular monthly street sweeping service 2. Cumulative adjustments in excess of 6 curb miles to quantity for regular street sweeping service 3. Additional special work of an extraordinary nature at the request of the Public Works Manager or designee” 4. Regular monthly parking lot sweeping service 5. Additional parking lots added during the year *All quantities are es‘ 12 months per year 1 hour (Approx. 50 -100 hours per $ &”” $3,rn” b,&E Year) per hour per hour p,Lfypur. a-IO0 .. ilmu5ptyq~ 12 months $ $ ci,b.(~ (Approximately 1,724,897 sq. per month per year fL Der month) I I 1 sq. ft. (Approximately 1,000 sq. ft.) nates based on historical analysis and are not binding. $ ’O( $ 6fhU.G per sq. ft. per sq. ft. “(For example: storm clean-up, material spilled on public roadways, special sweeps due to heavy gutter debris or parked vehicles, special events, water main Dim breaks.) (j& kh&dD&a bfw 6hlG b!lItd~h.ND~ wA &I* ’b Total amount of bid in words: l0-r s: tJ I * mmwn 51\LskLNl)LR) FuLLp~o\ollazs 1’ @/m + 146,jZi. ‘2 - 5flee1-s pe(z \I kwQ Total amount of bid in numbers: $ CI & . E - Lors kLyw Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). (h6 (r) hashave been received and idare included in this proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. - City of Carlsbad August 1,2002 ADDENDUM NO. 1 Please include this addendum in the Request for Bid package you have for the \ above project. See the following page(s) for details. Bid due date and time are unchanged. This page of the addendum - receipt acknowledged - must be attached to your bid when it is submitted. KEVIN DAVIS Buyer Attachment I ACKNkWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2460 - FAX (760) 602-8556 @ ADDENDUM NO. 1 TO BID NO. 03-02 - STREET AND LOT SWEEPING SERVICES The following changes are made to the specifications: 0 Insurance coverages for General Liabilitv. Automobile Liabilitv and Worker's Compensation must be a minimum of $2 million dollars each. 0 Primary sweepers must be equipped with a giobai positioning system (GPS) with the ability to continually record the location of the sweeper while operating in the City of Carlsbad. 0 The Contractor shall have a minimum of two broom sweepers and two air sweepers. At least one of the broom sweepers and one of the air sweepers must be new and unused. All sweeping equipment must be PM10 and Rule 1186 compliant. 0 Contractor must have service and support equipment (i.e. fully equipped service truck and tire replacement equipment) available at all times. BOND NO. 188 43 27 PREMIUM: $2,232.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That CANNON PACIFIC SERVICES, LLC ("Contractor") and and firmly bound unto the CITY OF CARLSBAD, as Obligee, hereinafter called Owner, in the sum of ***ONE mRED SIXTY ONE THOUSAND AND for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE EXPLORER INSURANCE COMPANY ("Surety") are held NO/lOOTES*** ($16l,OOO.W) Dollars, WHEREAS, Contractor has been awarded and is about to enter into a contract with Owner to perform all work required under the Bid Schedule(s) of the Owner's specifications entitled, AGREEMENT FOR STREET AND LOT SWEEPING SERVICES WHEREAS] the provisions of the Contract are incorporated by reference into this Faithful Performance Bond and shall be part of Surety's obligation hereunder. ' NOW THEREFORE, if Contractor shall perform all the requirements of contract required to be performed on his part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise, it shall remain in full force and effect. PROVIDED, that (1) any alterations in the work to be done or the materials to be furnished, which may be made pursuant to the terms of the Contract, shall not in any way release Contractor or Surety hereunder] (2) any extensions of the time granted under the provisions of Contract shall not release either Contractor or Surety from their respective obligations to Owner, (3) notice of any such alterations or extensions of the Contract is hereby waived by Surety. ** **THIS BOND IS IN FORCE FOR A PERIOD OF ONE (1) YEAR FROM THE DATE FIRST WRI'lTEN ON TBE ''ACWXMENT FOR STREET AND LOT SWEEPING SERVICES." UPON SIJRETY'S RECEIPT OF DocuwENTdTION TBBT THE "AGREEKENT" HAS BEEN AMENDED (AFl'ER THE FIRST YEAR OF SERVICE IS COMPLETED) TO EXTEND THE STREET AND LOT SWEEPING SERVICES FOR ANOTHEB CONSECUTIVE ONE (1) YEAR PERIOD, SUBETY JUS THE OPTION TO BENEW THIS BOND FOR ANOTJ3ER ONE (1) YEAR PaOD OR SEND NOTICE OF CANCELLATION. ' 5/5/99 r, / (4) any payments (including progress payments) made on behalf of Owner to Contractor after the scheduled completion of the work to be performed pursuant to the Contract shall not release either Contractor or Surety from any obligations under the Contract or this Faithful Performance Bond, or both, including any obligation to pay liquidated damages to Owner. Executed by CONTRACTOR this 5m Executed by SURETY this 5713 day of SEPTEMBER ,20 02 . day of ,20 02 . SURETY: IFIC SERVICES SBN DIEGO. CB 92130 (address of Surety) 619/261-7330 (print name here) (telephone number of Surety) i(l d , ,M(7]J ' ,*,p -. L By: (Tiire and Organization of Signatory) (sgnaturekd Attodey-h-Fact) By: BROOKE LBFREElZ, ATTORNEY-IN-FACT (sign here) (printed name of Attomey-in-Fact) (print name here) (Attach corporate resolution showing (Title and Organization of Signatory) current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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.) 5/5/99 IFORNIA ALL-PURPOSE ACKNOWLEDGMENT On 05 SEPTEMBER 2002 before me, WENDY H- DOWNS, NOTARY PIJBLIC I OAT€ NAME, TllLE Of OFFICER. E.G..’JANE DOE. NOTARY PUBUC personally appeared BROOKE LAFRENZ I 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 subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. NAME(S) OF SIGNEWS) / OPTIONAL Though the. data below is not required by law, it .may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AlTACHED DOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER WS) TITLE OR TYPE OF DOCUMENT 0 PARTNER(S) 0 LIMITED [19 ATTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) 0 GUARDIANCONSERVATOR 0 OTHER: 0 GENERAL DATE OF DOCUMENT SlGNER W REPRESENTING: r#AEOF~oRrn~ SURETY SIGNER(S) OTHER THAN NAMED ABOVE County of d.+A D/ k c c On /ddd 9, A;(Loa beforeme, <-Lm/'//& /hrr~& nr/p 7- 8 personally appeared 'a /KC CL . 6 Dste -. Name urcl Tdle of CMbr (e.&, -Jane Doe, Notary Public') " ql>7l*71 NWs) 01 signer(s) dpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name@) idare subscribed 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 his/her/their signature@) on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal. Qj*p*bA __ Signature of Notary Public OP77ONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 0 Individual 0 Corporate Officer Title@): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee- 1 0 Guardian or Conservator 0 Other: I of thumb here I Signer Is Representing: I ll " Signer's Name: 0 Individual 0 Corporate Officer Title@): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact Trustee 0 Guardian or Conservator 0 Other: I I Signer Is Representing: I I “ No. 000162J ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporahon duly orgaruzed under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Anzona, and Independence Casualty and Surety Company. a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the “Compames”), do hereby appomt LARRY D. COGDILL. MICHAEL W. THOMAS, INGRID ERIKA CROSBY, BROOKE LAFRENZ, WENDY H. DOWNS their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Compatues, fidelity and surety bonds, undertahgs, and other similar contracts of suretyshp, and any related documents. IN WITNESS WHEREOF, the Companies have caused these presents to be executed by its duly authorized offrcers hs 16th day of January, 2001 INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John H. Craig, Assistant Secretary - John L. Hannum, Executive Vice President State of California county of San mego 1 SS. On January 16,2001, before w, Norma Porter, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me b be the persons whose names are subscribed to the WI~~III instrument. and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the msbument, the entity upon behalf of whch the persons acted, executed the inslnunent. Witness my hand and official seal. Norma Porter, Notary Public RESOLUTIONS Thts Power of Attorney is granted and is signed, sealed and notanzed with facsimile signatures and seals under authority of the followmg resolutions adopted by the respective Boards of Jhectors of each of the Companies. “RESOLVED: That the President, an Executive or *or Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appomtjng the person(s) named as Attorney@)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertahngs, and other sinular contracts of suretyship, and any related documents. RESOLVED FURTHER. That the signatures of the oficers mahg the appointment, and the signature of any officer certifjing the didty and current status of the appointment: may be facsmile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimde representations referred to herein may be affixed by stampmg, prinhng. typing, or CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West. The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Comparues, and are now in full force. IN WITNESS WHEREOF, I have set my hand th~s 5TH day of SEPTEMBER , 2002 photocopying. ” John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1 1 1 1 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named in&vidual(s) and details of the bond to which the power IS attached For informstion or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92 130-2045 or call (858) 350-2400 ACORP,, CERTIFICATE OF LIABILITY INSURANCE DATE (MWDOW 0110512003 PRODUCER THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION Lernark lnsuiance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11494 Burbank Elvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. License #0652118 North Hollywood CA 91601 INSURERS AFFORDING COVERAGE NAlC # INSURED Cannon Pacific Services, LLC RJ3UP.W A: LINCOLN GENERAL INWRANCE CO P.O. Box 230147 . INSURER 0; Encinhs CA 92023 ,lNsuRERc INSURER 8: 1 ! INSURERE COVERAGES ALL OWNED AUTOS SCHEDULED AUTOS NON-OWNEDAWOS DESCRI~ION OF op-nms I LOCATIONS I VEHICLES I ETCLUSIOW ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ALL OPERATIONS INCLUDING STREET L LOT CLEANING SERVICE FOR ClTy OF CARLSW CERTIFICATE HOLDER IS NMD AS ADDITIONAL INSURED CERTIFICATE HOLDER CANCELlATlON CIM OF CARLSBAD PURCHASING DEPT 1635 FARADAY AVE CARLSBAD. CA 92008 S~UU)IUP(OFTHE~OV~!D~~CRI~EDPOLICIESBECWCELLU)BEFORET~EEXP~~ON DATE THEREOF, THE ISSUINB INSURER WILL ENDE4mR TO WL 10 DAYS WRI- NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FmUE To DO so sm NO OBU~ATlON OR Ub5UlY OF ANY KIND UPON THE INSVRER, AGENTS OR REPRESEHTATNES. AUTHOWZED REPRWENTATN 7&: Y6 ACORD 25 (ZOOllOS) Q ACORD CORPORATION 198E POLICY NUMBER: LRAS 7 0 63 2 COMMERCIAL GENERAL LlABlLlTY GB 20 10 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAP IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS = SCHEDULED PERSON OR ORGANIZATION This endorsement mndifies insurance providee under the following! COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I Name at Penon or 0rgmixEdon:C'ITY OF CARLSBAD, PURC#ASING DEPT. 7 1635 FARRDAY AVENUE CARLSr-sAD, CA 92009 (If no anrry appears above. infermation retauired lo complete this endorsement will be shown in the Dec- larations 33 applleabb to rhIr endorscunsnr.1 Is An lruursd (S0CT.h I11 is rnm~dsd !o, iddo 8s on inwed the parton or organization shown in rho Schedule. but only with respecr TO liabiliry urrsmg aut of your ongoing apurians performed for that insured. Ct 20 10 03 97 Copyright. lnsrrnrnce Services Office. he.. 1996 .. CERTIFICATE OF INSURANCE STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, llfinols STATE FARM GENERAL INSURANCE COMPANY, Bloornington, Illinois 0 STATE FARM FIRE AND CASUALW COMPANY, Scarborough, Ontarlo 0 STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven. Floride 0 STATE FARM LLOYDS, Dallas, Texas insures the following policyholder for the coverages indicated below: Name of policyholder CANNON, PATRICK DBA CANNON PACIFIC SERVICES Address of policyholder P 0 BOX 230147 ENCINITAS, CA 92023 Location of operations ALL LOCATIONS Description of operations The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these poltcies is subject to all the terms exclusrons, and conditions of those policies. The lime of liabiirty shown may have been reduced by any paid claims POLICY NUMBER "."""""""~".~."".. This insurance includes: 92-P6-9343-5 POLICY PERIOD I LlMlTS OF LLABlLlN TYPE OF INSURANCE (at beginning of porky perlod) €wive D* j ~xpweakn DOQ Comprehensive BODILY INJURY AND Buslness Lbeblltty Products - Completed Operations 0 Contractual Liabiltty 0 Underground Hazard Coverage 0 Pesonal Injury 0 Advettising Injury 0 Explosion Hazard Coverage 0 Collapse Hazard Coverage n "_""_________""________ 1 """"""""": """_""""" D PROPERTY DAMAGE Each Occurrence s Products - Completed $ Operations Aggregate U POLICY PERIOD eoolLv INJURY AND PROPERTY DAMAGE D(CESS LlmlLln (Combined Single Limit) E" D+ta 1 Expltocbn D& umbreh Each Occurrence S 4,000,000 11/01/02 j 11/01/03 Part 2 BODILY INJURY Workera' Compensation and Ernployem Liability Each Accident $ Disease Each Employee S Disease - Pdicy Limit $ POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER (at beginning of policy perlod) Effbctive ~;lte j TYPE OF INSURANCE 948-6571-FZ7-75H 500/500/100 06/22/02 i 06/22/03 ANY AUTO THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEWTNELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. ADDITIONAL INSURED If any of the described policies are canceled before its expiration date. State Farm will try to mail a written notice to the certificate holder 30 days before Name and Address of Certificate Holder cancellation. If however, we fail to mall such notice, no obligetion or liability will be imposed on State CITY OF CARLSBAD ENGINEERING DEPT. 1633 FARADAY CARLSBAD,' CA. 92008 r representatives. Tkb Agent'acadestarnp SfNE FARM INS. CO. AFOCods 1150 MICHAEL FISCUS 17037 Chalsworth St I 100 LIC I 004 1662 Granada HIIIs. CA 91344 I~~~~~~~~SO~O~f~~(81B)360-1544 1-/4 NOT TRANSFERABLE BUS. NUMBER ., 121'1977 CJTY OF CARLSBAD . -. POST IN CONSPIWO&E PUCE . . . -. . ., BUSINESS REGISTRATI *. . DATE LsiuED 031 912002 '.' SIC CODE, ; SIC DWRIPTIQN , 421-2: *_ Local Trucking Without Storage OWNER FIRM OR CORPORATION NAME \ BUSINESS NAME CANNON PACIFIC SERVICES,'LLC . . MAlLlNG ADDRESS PO BOX 230147 CrP, AND-STATE ENCINFTAS, CA 92023-0147