Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contracts & Agreements_26-1992_CCv0001.pdf
AGREEMENT TO FURNISH STREET SWEEPING SERVICES IN THE CITY OF REDLANDS 6th THIS AGREEMENT is made and entered into this `2`' ScA)&x day of JULY , 1992, by and between the City of Redlands, a municipal corporation of the State of California, "CITY, " and R. F. Dickson Co. , Inc. , a California corporation, "CONTRACTOR, " together sometimes referenced herein as the "Parties. " RECITALS WHEREAS, CONTRACTOR has submitted to CITY a proposal to provide street sweeping services upon the public streets located within the city limits of CITY; and WHEREAS, the Redlands City Council has determined that it is in the best interests of the CITY to enter into the Agreement hereinafter provided; NOW, THEREFORE, in consideration of the mutual promises set forth herein, the Parties hereto agree as follows: ARTICLE I TERM OF AGREEMENT, SCOPE OF SERVICES 1. 1 Term of Agreement. This Agreement shall be for a period of one year JuIv 6th commencing on , 1992 and ending on JUNE 30TH , 1993. The term may be extended by written agreement by the parties on a GPS112889 w �w��� F- "S.-.:%r✓r^�...,_.3.. J,`l-`�.u.5.,'ti'w__.<c. ,._.N:�:,:'.�c.a_`.' ,,,,,, :_r_.,_ _.: .a'^.z._._.,_,._,�,.-:e� ...:,,....os._„�.�y�-.^+,w..,..,._. year-to-year basis for a period not to exceed three (3) years, unless terminated pursuant to Article VI of this Agreement. 1.2 CONTRACTOR Duties and General Scope of Services. CONTRACTOR shall perform professional street sweeping services in accordance with the Specifications and Special Provisions for Street Sweeping, attached hereto as Exhibit "A" ("Services") and hereby incorporated by reference, with the CONTRACTOR's proposal, fact sheet and backup materials, attached hereto as Exhibit "B" and hereby incorporated by reference, upon the public streets located within the city limits of CITY, including all tasks associated the successful accomplishment of the same. 1. 3 CONTRACTOR Familiarity with Scope of Services. By executing this Agreement, CONTRACTOR warrants the following: (a) it has thoroughly investigated and considered the work to be performed; (b) it has investigated the side of the work and fully acquainted himself with the conditions there existing; (c) it has carefully considered how the work should be performed; and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should CONTRACTOR discover any latent or unknown conditions materially different from those inherent in the work or as represented by CITY, CONTRACTOR shall immediately inform CITY of such fact and shall not proceed except at CONTRACTOR's risk until written instructions are received from the Director of Public Works. GPS112889 -2- ARTICLE II RESPONSIBILITIES OF CONTRACTOR 2. 1 Equipment and Labor. CONTRACTOR shall use and furnish at its own expense all labor, equipment and materials necessary for the satisfactory performance of the work set forth in this Agreement. CONTRACTOR shall use standard heavy street-sweeping equipment as necessary in order to clear the public streets CITY of paper, dirt, sand, rocks, and other debris. The machinery and equipment used by CONTRACTOR in the furtherance of this Agreement shall be clean and maintained in proper working condition at all times. Within (10) days after execution of this Agreement, CONTRACTOR shall supply CITY with an up-to-date list of the equipment being used for the performance of the Services, including make, model, year and any other pertinent information. Nothing provided herein shall preclude CONTRACTOR from substituting other equivalent equipment due to maintenance or other factors upon prior notice to CITY. 2.2 Licenses and Permits. CONTRACTOR shall obtain at its sole cost and expense, all licenses, permits and approvals as required by law for the performance of the Services required by this Agreement. GPS 112884 - - 2.3 Performance Security. Within ten (10) days of the date of execution of this Agreement, CONTRACTOR shall provide City with a Performance Bond, Letter of Credit or other security satisfactory to City guarantee- ing CONTRACTOR's performance of the Services required by this Agreement. 2.4 Schedule. CONTRACTOR shall comply with the schedule for performance of the Services attached hereto as Exhibit "C" and incorporated herein by this reference. CONTRACTOR may be required to do early morning sweeping on certain major public CITY streets without additional compensation under this Agreement. No sweeping in residential areas shall be started prior to 6: 00 a.m. Any schedule changes shall be as approved in writing by CITY's Director of Public Works ("Director of Public Works) . 2.5 svillage and Clean-up- CONTRACTOR shall take care to prevent spillage on streets over which hauling is done, and any such spillage or debris deposited on streets due to the Contractor's operations shall be immediately removed. 2. 6 Disposal of Refuse. CONTRACTOR shall dispose of all refuse collected in the performance of the Services under this Agreement and legally dispose of same at CONTRACTOR's expense. Any transfer points for GPS112889 -4- 2 . 10 Additional Services. In accordance with the terms and conditions of this Agreement, the CONTRACTOR shall perform services in addition to those specified in Exhibit "A, " when directed to do so by the Director of Public Works; provided, however, that CONTRACTOR shall not be required to perform any additional services, except as provided in Section 2.4, without compensation. Any compensation for additional work shall be as agreed upon in writing by the Parties. 2 . 11 Reports. CONTRACTOR shall prepare and submit on a quarterly basis during the term of this Agreement, reports in duplicate concerning the performance of the Services to the Director of Public Works. 2 . 12 Standard of Care; Licenses. CONTRACTOR shall perform the Services under this Agreement in a skillful and competent manner. CONTRACTOR shall be responsible to CITY for any errors or omissions in its execution of this Agreement. CONTRACTOR represents and warrants to CITY that it has all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services. CONTRACTOR further represents and warrants that it shall keep in effect all such licenses, permits, and other approvals during the term of this Agreement. GPS112884 -6 2 . 13 Proiect Representatives. CONTRACTOR assigns STEVE DICKSON as its representative who shall coordinate all aspects of the Services to be performed under this Agreement. Such representative shall be available to CITY at all reasonable times. CONTRACTOR may appoint another person as representative upon written notice to CITY. ARTICLE III CONTRACTOR EMPLOYEES AND AGENTS 3 . 1 Control and Payment of Subordinates. CITY retains CONTRACTOR on an independent basis and CONTRACTOR is not an employee of the CITY. The personnel performing the Services under this Agreement on behalf of CONTRACTOR shall at all times be under CONTRACTOR's exclusive direction and control. CONTRACTOR shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of the Services under this Agreement and as required by law. CONTRACTOR shall be responsible for all reports and obligations respecting such personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers' compensation insurance. 3.2 Employees. A. Employee Roster: CONTRACTOR shall maintain and provide to the Director of Public Works a current roster of all employees operating equipment GPS 112889 under the terms of this Agreement within CITY. The roster shall include the names and social security numbers of the employees. B. Employee Attire: At all times during the term of this Agreement, CONTRACTOR shall require that all drivers, employees and agents of CONTRACTOR actively engaged in the sweeping upon public streets be fully clothed with a uniform acceptable to the Director of Public Works. ARTICLE I FEES AND PAYMENTS 4. 1 compensation. CONTRACTOR shall receive compensation for all Services rendered under this Agreement at the rate of 78/RES. per curb/edge mile. Any subsequent negotiated increase in compensation based upon a CPI adjustment shall be obtained from the Los Angeles-Anaheim-Riverside Index. 4.2 Payment of Compensation. CONTRACTOR shall provide to CITY a monthly statement within 10 working days following the close of each month indicating work completed by the per curb/edge mileage in which Services were rendered. CITY shall within 30 days of receiving such statement from CONTRACTOR, review the statement and pay all approved charges thereon. CITY shall promptly notify CONTRACTOR of unapproved charges on the statements. GPS112889 4.3 Reimbursement of Expenses. CONTRACTOR shall not be reimbursed for any expenses unless authorized in writing by CITY. ARTICLE V INDEMNIFICATION AND INSURANCE 5. 1 Indemnification. All officers, agents, employees and subcontractors, and their agents, who are employed by CONTRACTOR to perform Services under this agreement shall be deemed officers, agents and employees of CONTRACTOR. CONTRACTOR shall defend, indemnify and hold CITY, its elected officials, officers, employees, and agents free and harmless from any liability from loss, damage, or injury to property or persons, including wrongful death, in any manner arising out of or incident to any acts, omissions or wilful misconduct of CONTRACTOR arising out of or in connection with CONTRACTOR's performance under this Agreement, including without limitation the payment of attorney's fees. 5.2 Insurance. CONTRACTOR shall obtain and shall require its subcontractors, if applicable, to obtain insurance of the types and in the amounts described below and satisfactory to CITY. 5.2.1 Commercial General Liability Insurance. CONTRACTOR shall maintain occurrence version commercial general liability insurance or equivalent form with a combined _g- GPS112889 single limit of not less than $1, 000, 000 per occurrence. if such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. 5.2.2 Business Vehicle Liability Insurance. CONTRACTOR shall maintain business vehicle liability insurance or equivalent form with a combined single limit of not less than $1,000, 000 per occurrence. Such insurance shall include coverage for owned, hired and non-owned vehicles. 5.2.3 Workers' Compensation Insurance. CONTRACTOR shall maintain workers' compensation insurance with statutory limits and employers' liability insurance with limits of not less than $1, 000, 000 per accident. 5.3 Additional Insureds. Such insurance shall name CITY, its elected officials, officers, employees and agents as insureds with respect to performance of Services. Such insured status shall contain no special limitations on the scope of its protection to the above- listed insureds. All insurance shall be primary with respect to any insurance or self insurance programs covering CITY, its elected officials, officers, employees, and agents and shall contain standard separation of insureds provisions. 5.4 Certificates of Insurance. CONTRACTOR shall, prior to commencement of the Services, furnish to CITY properly executed certificates of insurance, and, GPS 112889 _10- if requested by CITY, certified copies of endorsements and policies, which shall clearly evidence all insurance required in this Section. CONTRACTOR shall not allow such insurance to be canceled, expire or be materially reduced in coverage except upon 30 days prior written notice to CITY. 5.5 Term of Coveracxe. CONTRACTOR shall maintain all insurance required by this Agreement from the time Services commence until Services are completed. CONTRACTOR shall replace any policies, certificates and endorsements for any insurance expiring prior to completion of the Services. 5.6 Licensed Insurer. CONTRACTOR shall place all insurance with insurers having an A.M. Best Company rating of no less than A:VIII and licensed to do business in the State of California. ARTICLE VI TERMINATION 6. 1 Termination For Convenience. In the event this Agreement is terminated by CITY for convenience, CITY, by written notice to CONTRACTOR, may terminate this Agreement at any time by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof, at least thirty (30) days before the effective date of such -11- GPS112889 termination. CONTRACTOR shall discontinue all Services on the effective date of termination. In the event of such termination by CITY, CONTRACTOR shall be paid for Services performed through the date of termina- tion, upon receipt of written documentation by CITY. No amount shall be paid for anticipated profit on unperformed Services. 6.2 Termination for Cause. If CONTRACTOR or any of CONTRACTOR's subcontractors, employees, agents or officials violate any of the provisions of this Agreement, or if CONTRACTOR disregards laws, ordinances or instructions of CITY, CITY may serve written notice upon the CONTRACTOR of its intention to declare this Agreement in default, and unless within five (5) days after the service of such notice, such violations cease or satisfactory arrangements for the corrections thereof be made, CONTRACTOR shall be in default of this Agreement. In the event CONTRACTOR is deemed in default by CITY, CITY may, by written notice to CONTRACTOR, terminate this Agreement at any time by giving written notice to CONTRACTOR of such termina- tion, and specifying the effective date thereof. CONTRACTOR shall discontinue all Services on the effective date of termination. In the event of such termination by CITY, CONTRACTOR shall be paid for Services performed through the date of termina- tion, upon receipt of written documentation by CITY. No amount shall be paid for anticipated profit on unperformed Services. GPS112889 -12- 6.3 Immediate Termination. If CONTRACTOR, during the course of performing Services pursuant to this Agreement, takes action which constitutes an immediate danger to the public health, safety and general welfare, CITY may immediately terminate this Agreement by serving written notice upon the CONTRACTOR. CONTRACTOR shall immediately discontinue all Services upon receipt of such notice, unless otherwise instructed by CITY in writing. In the event of such termination by CITY, CONTRACTOR shall be paid for Services performed through the date of termina- tion, upon receipt of written documentation by CITY. No amount shall be paid for anticipated profit on unperformed Services. 6.4 CONTRACTOR's Termination. CONTRACTOR may not terminate this Agreement except for cause. 6.5 Procurement of Similar Services. In the event this Agreement is terminated as provided by this Article, CITY may procure, upon such terms and in such manner as it may determine appropriate, Services similar to those terminated. 6.6 Work Product. If this Agreement is terminated as provided in Article VI, or at the time that CONTRACTOR completes the work required under this Agreement, CITY may require CONTRACTOR to GP$112884 -13- provide all records prepared or retained by CONTRACTOR in connection with the performance of Services under this Agreement. ARTICLE VII GENERAL PROVISIONS 7 . 1 Contract Performance Review. CONTRACTOR performance may be reviewed by CITY monthly during the first three (3) months of this Agreement and once quarterly thereafter. CONTRACTOR will be notified in writing of the scheduled review time not less than 7 calendar days prior to the review date. 7 .2 Interpretation of Specifications. In the event that the work to be done or any matter relative thereto is insufficiently detailed or explained by the Specifications, the CONTRACTOR shall apply to the Director of Public Works for further explanation as may be necessary and shall conform to such explanation or interpretation as may be consistent with the intent of the original Specifications. 7 . 3 Deficient and Unauthorized Work. All work which is deficient in any of the requirements of the Provisions and Specifications shall be remedied and redone by CONTRACTOR in an acceptable manner at its own expense. No compensation will be allowed for any work beyond the specifications and provisions established in Exhibit "A. " Upon failure on the _l4_ GPS112889 part of CONTRACTOR to comply forthwith with any order of the Director of Public Works made under the provisions of this Agreement, the Director of Public Works may cause the deficient work to be redone at the expense of CONTRACTOR. 7.4 Temporary Suspension of Work. CITY shall have the authority to suspend the performance of Services, wholly or in part, for such period as CITY deems necessary, due to unsuitable weather conditions considered unfavorable for the execution of Services, or for such time as CITY may deem necessary due to CONTRACTOR's failure to comply with any provision of this Agreement. CONTRACTOR shall immediately comply with the written order of CITY to suspend the work wholly or in part, and shall not resume the work until ordered to do so in writing by the Director of Public Works. 7.5 Entire Agreement. This Agreement contains the entire Agreement of the Parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by the Parties. 7. 6 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the Parties, and shall not be assigned by CONTRACTOR without the prior written consent of CITY. GPs 11288' -15- 7 .7 Subcontracts. CONTRACTOR shall not subcontract any portion of the work required by this Agreement without prior written approval of CITY. All approved subcontracts, if any, shall be accomplished by a written instrument. Such instrument shall contain an express assumption by the subcontractor of all conditions and terms and covenants contained in this Agreement. lag Eau al Opportunity Employment. CONTRACTOR represents that it is an equal opportunity employer and shall not discriminate against an employee or applicant for employment with CONTRACTOR on the basis of race, color, religion, national origin, ancestry, sex or age. 7.9 Conflict of Interest. No officer or employee of CITY shall have any personal interest, direct or indirect, in this Agreement in violation of any State or Federal law. CONTRACTOR warrants that it has not and shall not pay or give any third party any money or other consideration for obtaining this Agreement. 7.10 Attorney"s Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and any resulting costs. -16- GPS112884 7 .11 Governing Law• This Agreement shall be governed by and construed with the laws of the State of California. 7 .12 Ri ht to Em to Other Service Providers. CITY reserves right to employ other Service Providers in connection with the provision of Services as identified in this Agreement. 7 . 13 Right of First Refusal. CONTRACTOR shall offer employment to all sweeper o erators employed by CITY at the time of execution of this p Agreement at a wage and benefit level consistent with like g ortunity for employees of CONTRACTOR. Once provided the first opp employment and that opportunity is refused, CITY street sweeper em loyees forfeit any further rights of employment with the P CONTRACTOR under the terms of this Agreement. 7.14 Delive of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: CITY: R R.F. D I CKSON COMPANY, INC. City of Redlands 12524 CLARK AVE. Public Works Dept. DOWNEY, CA 90242 P.O. Box 3005 2 E. Citrus Ave. , Ste. 222 STEVE DICKSON Redlands CA 92373 Attn: u -17- GPS112889 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid, return receipt requested and addressed to the party at its applicable address. IN WITNESS WHEREOF, the parties hereto have executed the Agreement on the date first hereinabove written. CITY OF REDLANDS By: Mayo , tzf e nds ATTEST: '_C1tjr Ckirk Citv of Redlaffd' CONTRACTOR R. F. DICKSON CO. , INC. , a California Corporation By: (Title) PRESIDENT By: (Title) GPS 112884 EXHIBIT & CITY OF REDLANDS SPECIAL PROVISIONS SPECIFICATIONS FOR STREET SWEEPING ' SECTION III PURPOSE Proposal shall he for sweeping of City streets as herein specified. INSURANCE The Contractor obaII secure, maintain in full force and effect, and bear the cost of complete Worker's Compensation Insurance, to accordance with the Labor Code for the duration of the contract and sbuII furnf�b to the City, prior to the execution of the contract, a Certificat' 7 | insurance which meets the requirements of the Labor Code. The Contractor shall maintain in force public liability and property damage insurance, ample in amount to cover all awards of judgments for any death, injury Iooa or damage arising out of the performance of the work by the Contractor. Public Liability Insurance abeII be in the amount of not less than One Million Dollars - ($l,000,O0O.� for injuries, ` including accidental death, to any one person, and subject to the same limit for each person in an amount not less than One y{iIIioo Dollars ($l,OOO,OOO) for one accident, and the Property Damage Insurance shall he in an amount not Ieee than Five Hundred Thousand Dollars ($500,000) per ocouraoce. BILLINGS DiIIioga mbeII be submitted monthly, and obaII be based in accordance with the Bid Schedule and these specifications on actual curb miles swept, which shall be verified by the City's Contract Administrator. STANDARDS OF PERFORYANCE Street sweeping shall be performed in accordance with accepted standards for routine and emergency municipal street cleaning. When necessary for proper cleaning, Contractors abeIl make more than one pass no a street, without extra cbarge. Contractor ebeIl immediately respond when notified / by the City to reaweep unsatisfactory areas at no additional charge. When | / any given area becomes uomweeyable due to parked vehicles, which are only / parked there duziogcertaio hours, the sweeping time shall be changed; � dependent upon approval by the City's Contract Officer. This shall be done at no additional charge to the City. As 'new sweep limits are added they shall be placed on the appropriate sweep day by the City Contract Officer and coordinated with refuse pickup, as needed. Contractor shall ' maintain the a*eeyio8 schedules as approved by the City and maintain ' standby equipment to be used in case of breakdown or emergency. Sweeping in residential areas shall not commence prior to 6;00 a.m. Sweeping in business areas shall be completed prior to 7:00 a.m. Sweepers shall not operate above maximum speed as specified by manufacturer for optimum sweeping. - 23 - E Ute IPMENT MAINTENANCE In addition to the data required by Section I, Item 16c, periodic equipment list shall include the following for each piece of equipments a. Repair schedule and list of prior maintenance performed. b. Total number of miles or hours each vehicle has been in service. c. Date equipment was acquired by Contractor. d. Specification of whether equipment was new or used at date acquired. Contractor shall keep accurate records of maintenance and repairs on equipment used on this contract, which shall be available at all times to City's authorized representative. City shall have the right to perform periodic inspections of the equipment. If primary equipment is faulty, designated repairs or "back-up" equipment must be available with minimal or no delay to the operation. Contractor shall be authorized to park equipment designated for use in the fulfillment of this contract in an assigned parking space located within the City of Redlands Corporation Yard, 1270 W. Park Ave. , Redlands . Periodic preventative maintenance is authorized on week-ends at same location. No maintenance other than "quick fix" (1 hour or less repairs) as authorized at said facility. The use of City owned maintenance facilities/ equipment is prohibited. The Contractor shall be required to provide its own clean out/wash down area for sweepers. SIGNS The Contractor shall place signs approved by the City on any equipment utilized in the performance of the contract, which signs shall be a minimum of three (3) inches high, and visible from both sides of the vehicle and shall read "Under Contract to the City of Redlands." Please contact company name and phone number DISPOSAL OF SWEEPING a. All debris and refuse material swept by the Contractor shall be and become his property from and after the time of street sweeping. b. Contractor shall dispose of all refuse collected by hauling the same to a legally established disposal area. If it becomes necessary to store said refuse at "transfer sites," these sites shall be cleared weekly. Obtaining such sites shall be the responsibility of the Contractor. All such sites are subject to the approval of the Public Works Director. WATER The Contractor shall make arrangements with the City Public Works Departmet for use of fire hydrants to obtain and pay for water necessary for the operation. - 24 _ SCOPE OF SWEEPING The following presents the type of Cityts paved streets and the frequency they are to be swept: a. Downtown - commercial --two times weekly b. Residential and other commercial --bi-weekly The estimated amount of the above sweeping is 1080 monthly miles. The extent of the downtown commercial area is shown on the City's Street sweeping map. ' The detailed sweeping schedule and routes will be provided to the Contractor 30 days prior to start date of contract by the Contracting Officer. HOLIDAYS AND INCLEMENT WEATHER When inclement weather, in the opinion of the City's Contract Officer, prevents adherence to the regular sweeping schedule for two or less days in a given week, the sweeping areas so affected by the inclement weather shall be swept within five (5) days of the scheduled sweeping without interruption of the regular sweeping schedule. The Contractor shall perform all extra work required by such inclement weather without additional charge. In the case of long term inclement weather, the City, at its discretion, may eliminate sweep days not completed and request that the Contractor give the City credit for the curb miles not so performed at the rate shown on the bid proposal. When any holiday or observance as specified in the Government Code of the State of California occurs on a regular scheduled sweeping day, said sweeping area shall be swept within two (2) days from the regularly scheduled sweeping day without interruption in the regular sweeping schedule. The Contractor shall publish the sweeping schedule and telephone number for customer complaints annually, to the satisfaction of the City, so all affected residents are notified, and notice of any change in the regular sweeping day shall be coordinated with the City, and published in the Redlands Daily Facts and San Bernardino Sun newspapers. In the event the Contractor is prevented from completing the sweeping as provided in the schedule for reaons acceptable to the Contract Administrator, other than inclement weather, he shall be required to complete the sweeping services so deferred within 24 hours, without interruption of the regular sweeping schedule or give the City credit for the curb miles not so performed at the rate shown on the bid proposal. COMPLAINTS All public complaints concerning street cleaning shall be investigated by the Contractor and action will be taken to mitigate the cause of the complaint. Complaints brought to the Contractor's attention prior to 3:00 p.m. shall be investigated that day. Those brought to the Contractor's attention after 3:00 p.m. shall be investigated before noon of the following day. - 25 - A complaint form shall be completed for each complaint referred to or received by the contractor. The form, which must be approved by the City, shall be filed within the City on the first working day following the day the complaint was received. The Contractor shall report what actions were necessary to resolve each complaint. ADDITIONAL REPORTS In addition to other data filed with the City, The Contractor shall on the first and third Tuesday of each month, file a report in duplicate with the Contract Administrator enumerating the following information for the previous weeks: a. Curb miles swept each day. b. Scheduled areas massed. c. Scheduled areas swept. d. Date and time missed areas were swept. e. Number of complaints received each day. f. Reasons scheduled sweeping was not done or completed as scheduled. CITY SWEEP MAP Contractor shall sweep all areas as shown on item referred to as "City Sweep Map". a. The map is on file and can be reviewed by bidders at the Purchasing Office, 1270 W. Park Ave. , Redlands. b. Four copies of the map will be made available to the successful bidder. Additional maps will be available at a nominal fee. c. The map will be updated by the City periodically. REQUEST FOR EMERGENCY WORK Work during and after normal work hours, on weekends and holidays may be requested and authorized in case of emergency only by the Contracting Officer or their designated representative. Payment for emergency work shall be paid in accordance with the bid schedule. Contractor shall furnish the City with a minimum of two (2) telephone numbers where the Contractor's representatives can be reached during and after normal working hours, on weekends, and holidays. The contractor shall respond to emergency street sweeping requests within one (1) hour after receiving a verbal request from the Contract Officer. The City reserves the right to extend the Response Time based on the needs of the City. City reserves right to do emergency sweeping with own forces as necessary. _ 26 _ PERSONNEL The Contractor shall furnish sufficient supervisory and working personnel capable of promptly accomplishing on schedule, to the satisfaction of the Contract Officer, all work required under the contract during the regular and other prescribed hours. All such personnel shall be physically able to do their assigned-work. The Contractor and his employees shall conduct themselves in a proper and efficient manner at all times and shall cause the least possible annoyance to the public. The Contract Officer may require the Contractor to remove from the work site any employee deemed careless, incompetent, or otherwise objectionable, whose continued employment on the job is considered to be contrary to the best interest of the City of Redlands. The Contractor shall have competent employees on the job who are capable of discussing with the contract Officermatterspertaining to this contract. Adequate and competent supervision shall be provided for all work done by the Contractor's employees to ensure accomplishment of high quality work which will be acceptable to the Contract Officer. All personnel shall be required to wear a uniform as 'deemed appropriate by the Contract Officer. Each employee shall be required to carry on his person an identification card identifying said employee as an employee of the Contractor. TERMINATION OF CONTRACT If the Contractor fails to meet the specifications of this contract for a period of ten (10) cumulative days, the City may at its option terminate the balance of this contract by written notice of termination to the Contractor. DISPUTED INVOICES In the event of disputes, the disputed invoice will be submitted to the City Manager for his review and decision. The determination of the City Manager shall be final. ASSIGNMENT The Contractor shall not assign, sublet or lease any part or partion of this agreement without the prior approval of the City Council. HOLD HARMLESS All officers, agen-ts, employees, subcontractors, their agents, officers and employees who are hired by or engaged by the contractor in the performance of this Agreement shall be deemed officers, agents and employees and subcontractors of the Contractor and the City shall not be liable or responsible to them for anything whatsoever other than the liability to the Contractor as set forth in this Agreement. The Contractor agrees to reimburse and hold the City Harmless for any damage caused by itself, its employees, agents or contractors in respect to any operation pursuant to this Agreement or the use of any equipment or machinery therefore. The Contractor agrees 27 to reimburse and hold harmless the City, the City Council and any officer of the City for damages occasioned thereto by the misfeasance or nonfeasance of said Contractor, its employees, agents, subcontractors or employees thereof in respect to the operation pursuant to this Agreement or the use of any vehicle, equipment or machinery in performing this Agreement, and said Contractor further agrees to hold harmless and defend in all proceedings and courts of law, said City, The City Council and all officers of the City in respect to any claim or legal proceeding or judgment made, filed or presented against theforegoingby reason of said misfeasance or nonfeasance. TERMINATION The City Council may at any time during the term of this agreement, in its absolute discretion, terminate this agreement by giving the Contractor thirty (30) days written notice therof. 28 March 24 , 1992 City Clerk City Hall City of Redlands t- 30 Cajon St . Redlands , CA 92373 CITY OF REDLANDS STREET SWEEPING PROPOSAL Re: Item 1 . 16 - D The names and resumes of the principal officers . A . Steven L. Dickson - President & Treasurer - B . Scott B. Dickson Vice-President, Secretary & Manager C . Charles D. Fisher - Manager Names of sweeper drivers : Dennis McShane - Employed 8/89 John Fitzgerald - Employed 5/90 Ambie Alig - Employed 12/80 Back-up driver . The R . F . Dickson Company , was incorporated in the State of California on December 15 , 1960. Sincerely , R.F. DICKSON COMPANY, INC. teven L. Dickson President SD : lp R.F. Dickson Company Municipal Sweeping 12524 Clark Avenue x/923-5441 Construction Clean-up Downey, CA 90242 800/841-7994 Sweeper Sales Parts and Service PROPOSAL SECTION II PROPOSAL TO: THE CITY OF REDLANDS The undersigned bidder hereby proposes to furnish all labor, materials, equipment, tools and services necessary to perform all work required under the Bidding Schedule of the City's Specifications entitled "STREET SWEEPING AT VARIOUS LOCATIONS", in accordance with the intent of said Specifications, special provision, and all addenda issued by said City prior to opening of the proposals. Said bidder agrees that, within ten (10) calendar days after receipt of the contract from said City, he will execute said contract in the required form, of which the Notice Inviting Bids, Instructions to Bidders, Proposal, Information Required of Bidder, Specifications and all addenda issued by said City prior to the opening of proposals, are a part, and will secure the required insurance and bonds and furnish the required insurance certificates; and that upon failure to do so within said time, then the proposal guaranty furnished by said bidder shall be forfeited to said City as liquidated damages for such failure; provided that if said bidder shall execute the contract, secure the required insurance and bonds, and furnish the required insurance certificates within said time, his check, if furnished, shall be returned to him within twenty (20) days thereafter, and the bid bond, if furnished, shall become void. Bidder agrees and acknowledges that he is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that code, and that the bidder will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. Bidder declares that pursuant to Section 7028.15 of the State Business and Professions Code, the representations herein made by bidder are made under penalty of perjury. Bidder declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the City is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. Said hereby bidder proposes and agrees, if the proposal is accepted, to furnish all labor, materials, equipment, tools, and services required to complete said work in accordance with the Standard Specifications and said Special Provisions for a period of one (1) year, which is anticipated to begin on or about July 1, 1992 and end June 30 1993 for the prices set forth in the Bidding Schedule(s). I declare, under penalty Of perjury under the laws of the State of California, that the foregoing and the contents of the document referred to herein are true and correct. Dated: MARCH 24, 1992 R.F.DICKSON COMPANY, INC. (Bidder) By: Signature PRESIDENT Title 9 BIDDERS INFORMATION Bidder certifies that the following information is true and correct: Bidders Name R.F. DICKSON COMPANY, INC. Business Address 12524 CLARK AVE. DOWNEY, CA 90242 Telephone 800/841-7994 310/923-5441 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: STEVEN L. DICKSON,PRESIDENT 12524 CLARK AVE. DOWNEY, CA 800/841-7994 SCOTT B. DICKSON,VICE-FRES. 12524 CLARK AVE. DOWNEY,_CA 800/841-7994 CHARLES D. FISHER,MANAGER 12524 CLARK AVE. DOWNEY, CA 800/841-7994 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A DESIGNATION OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom bidder intends to procure insurance and/or bonds: RICHARD A. KALEY INSURANCE SERVICES,INC. 6864 INDIANA AVE. SUITE 203 RIVERSIDE, CA 92506 714/684-1044 SHORR AGENCY, INC. 562 W. EIGHTH ST. SAN PEDRO, CA 90731 310/831-0208 10 PAST EXPERIENCE ANNUAL MUNICIPALITY DATES CONTACT PERSON MILES SWEPT POPULATION 1. 2. PLEASE SEE PARTIAL LIST OF CITIES BEING SERVED. 3, 4. /OWNED INVENTORY OF-L-LSI D- EQUIPMENT FOR USE ON THIS CONTRACT ESTIMATED TYPE MODEL YEAR REMAINING LIFE INCIDENTALS 1. #149 MOBIL 2ABD 1989 10 YEARS 2. #151 MOBIL 2ABD 1989 10 YEARS 3. #94 MOBIL 2TE4 1982 6 YEARS INVENTORY OF ��E-D-EQUIPMENT FOR USE ON THIS CONTRACT ESTIMATED TYPE MODEL YEAR REMAINING LIFE INCIDENTALS I. PLEASE SEE ATTACHED LIST OF EQUIPMENT. 2. 3, LOCATION OF PROVIDER OF SWEEPER MAINTENANCE 12524 CLARK AVE. DOWNEY, CA 90242 695 LA CADENA DR. RIVERSIDE, CA 92501 24 Hour Emergency Telephone 8001841-7994 Name of Contact Person STEVE DICKSON Number of years as a contractor in this type of work 42 YEARS - 11 - LIST OF CITIES SERVED BY R. F. DICKSON CO. , INC. CITY OF SANTA FE SPRINGS 11710 TELEGRAPH ROAD AL DELGADILLO 1958 SANTA FE SPRINGS, CA 90670 (213) 868-0511 CITY OF LAKEWOOD 5050 CLARK AVENUE JOHN ALDEN 1965 LAKEWOOD, CA 90712 (213) 866-9771 CITY OF LA MIRADA 13700 LA MIRADA BLVD. PERRY TRICLIATTO 1965 LA MIRADA, CA 90638 (213) 943-0131 CITY OF SANTEE 10765 WOODSIDE AVENUE JOHN WELLS 1983 SANTEE, CA 92071 (619) 562-6153 COUNTY OF LOS ANGELES 900 S. FREMONT AVE. BID 15760 ALHAMBRA, CA T.A. TIDEMANSON 1990 91803 (818) 458-5100 CITY OF IMPERIAL BEACH 825 IMPERIAL BEACH BLVD. ILI LINDA LEICHTLE 1989 IMPERIAL BEACH, CA 92032 (619) 43Z-8300 23 R.F. Dickson Company Municipal Sweeping 12524 Clark Avenue 213/923-5441 Constructio- Clean-up Downey, CA 90242 800/841-7994 d i EQUIPMENT LIST XMACHINE I MODEL YEAR REMAINING ANTICIPATED LIFE 74 MOBIL 2TE3 1977 2 YRS. 4 75 MOBIL 2TE3 1977 2 YRS . 78 MOBIL 2TE3 1977 2 YRS . 81 MOBIL 2TE3 1977 2 YRS. 82 MOBIL 2TE3 1977 2 YRS. 87 MOBIL 2TE4 1982 6 YRS. 88 MOBIL 2TE4 1982 6 YRS . 89 MOBIL 2TE4 1982 6 YRS. 90 MOBIL 2TE4 1982 6 YRS. 91 MOBIL 2TE4 1982 6 YRS. 92 MOBIL 2TE4 1982 6 YRS. 93 MOBIL 2TE4 1982 6 YRS. 94 MOBIL 2TE4 1982 6 YRS. 95 MOBIL 2TE4 1983 7 YRS. R-F_ Dickson Company Mun'c;,,Dai S,,Jeeoing 12524 Clark Avenue 213/923-5441 Downev. CA 90242 800ig41-7994 _- - - ---------- min W4-mffi EQUIPMENT LIST CONT MACHINE I MODEL YEAR REMAINING ANTICIPATED LIFE 96 MOBIL 2TE4 1983 7 YRS. 97 MOBIL 2TE4 1983 7 YRS. 98 TYMCO 600 1983 7 YRS. 99 TYMCO 600 1983 7 YRS. 110 TYMCO 600 1984 7 YRS. III TYMCO 600 1984 7 YRS. 112 MOBIL ITE4 1984 7 YRS. 113 TYMCO 600 1984 7 YRS. 114 TYMCO 600 1984 7 YRS. 115 MOBIL 1TE4 1984 7 YRS. 116 TYMCO 600 1984 7 YRS. 117 TYMCO 600 1984 7 YRS. 118 MOBIL 2TE3 1984 7 YRS. 119 TYMCO 600 1984 7 YRS . R.F Dtc!,sur, 2.-,-rr2ry I r EQUIPMENT LIST CONT MACHINE # MODEL YEAR REMAINING ANTICIPATED LIFE 120 TYMCO 600 1985 8 YRS. 121 MOBIL 1TE3 1978 4 YRS. 122 TYMCO 600 1985 8 YRS. 123 MOBIL 2TE3 1985 8 YRS. 124 TYMCO 600 1985 8 YRS. 125 MOBIL 2TE3 1981 5 YRS. 126 MOBIL ITE4 1978 4 YRS . 127 MOBIL 2TE3 1977 2 YRS. 130 MOBIL 2TE4 1975 2 YRS. 131 MOBIL 2TE3 1979 5 YRS . 132 MOBIL 2TE3 1979 5 YRS. 133 MOBIL 2TE4 1980 6 YRS. I 134 MOBIL 2TE4 1974 1 YR. 135 MOBIL 2TE3 1977. 3 YRS, 136 MOBIL 2TE3 1979 5 YRS. 4 Hu Ir EQUIPMENT LIST CONT MACHINE # MODEL YEAR REMAINING ANTICIPATED LIFE 137 MOBIL 2TE4 1980 6 YRS. 139 TYMCO 600 1981 5 YRS. 140 MOBIL 2TE3 1979 5 YRS. 141 TYMCO 600 1982 6 YRS. 143 MOBIL 2TE3 1984 8 YRS. 144 TYMCO 600 1988 10 YRS. 145 TYMCO 600 1988 10 YRS. 146 TYMCO 600 1988 10 YRS. 147 MOBIL 2TE4 1982 7 YRS. 148 TYMCO 600 1982 7 YRS. 149 MOBIL ABD-2 1989 10 YRS. 150 MOBIL ABD-2 1989 10 YRS. 151 MOBIL ABD-2 1989 10 YRS. 152 MOBIL ABD-2 1989 10 YRS. 153 MOBIL 2TE4 1980 5 YRS. 154 TYMCO 700 1986 5 YRS. 155 SLIDE BED 1990 10 YRS. R F, Dickson Ccmc.:3nv Rlow-as 4 WE ALSO UTILIZE FOUR (4) 10 WHEEL MACK FRONT END LOADERS #62, 67, 68, 69 AND ONE (1) FORD 2 AXLE FRONT END LOADER 166. WE HAVE APPROXIMATELY TEN (10) SERVICE TRUCKS AND PICK-UPS, AND INCIDENTIAL EQUIPMENT. ALL OF OUR EQUIPMENT IS PURCHASED, NOT LEASED. 1 r i R.F_ Dickson 'Coi,roanv `251-1 C!ark Av-n-,v CITY OF REDLANDS, CALIFORNIA. Certification of Non-Discrimination by Contractors As suppliers of goods or services to the City of Redlands,. the firm listed below certifies that it does not discriminate in its employ- ment with regard to race, color, religion, sex or national origin; that it is in compliance with all federal, state and local direc- tives and executive orders regarding non-discrimination in employ- ment, and that it agrees to demonstrate positively and aggressive- ly the principle of equal opportunity in employment. We agree specifically. 1. To establish or observe employment policies which affirma- tively promote opportunities for minority persons at all job levels. 2 . To communicate this policy to all persons concerned, in- cluding all company employees, outside recruiting servi- ces, especially those serving minority communities, and to the minority communities at large. 3 . To take affirmative steps to hire minority employees with- in the. company. FIRM R.F. DICKSON COMPANY, INC. TITLE OF PERSO ,R SIGNING PRESIDENT SIGNATURE ] - � ' DATE MARCH 241, 1992 Please include any additional information available regarding equal opportunity employment programs now in effect within your company.. ;STI FATE OF J=NCE ANOUMQ 5 ' . (WgRKERtS .C_ENSAII 2N I sIT_ rWEEINI SERVICES' Agreement with the City of Redlar�dR�City►,}, 3t} Cajun . , Redlands _ Cal# crniea 92373 for construction of public improvements for the above referenced property. THIS IS TO CERTIFY that the below named Company has issued the worker's compensation and employer's liability policy to the named insured and it is now in farce at this time with expiration date as stated below. The Company will give at least 45 days written notice by registered mail to the City prior to any material change or cancellation of the policy. The policy is so endorsed. POLICY NUMBER [XEIRATIOU DATJ LIMIXI .OF LIA8.111TY UA 01-0492-01896 04/01/92 Statutory Limits Under `the Laws of the State of California R.F. Dickson Company, Inc. r1unicipal Services Coin an Inc. 1}niCare Insurance Company dame nsure nsurance oarpany 12524 Clark Ave. 2201 Dupont Drive Street Number Street Number Downey, CA 90242 Irvine, CA 92715 City and State City and StaW, Date 05/04/92ve �Jceng-Z�2_rc�_],LT _ '—(Company epresentative SEC NOTICE ON PAGE 2 STATE OF California } )ss COUNTY OF Los Angeles } On May 4, , 19 2 before Atte, personally came Steve Vicencia known to me to be an authorized representative o LTnicare I pvn Bing du y sworn,—he/she depBsedEd UT3 tha-t e s e was a TUlY autharfzed representative of said insurance company(s) and actin edged he/ he,executed the within instrument on its/their behalf, OFFICIAL SEAL Carolyn R.Th mason, CIC R. THOMASON �/ �+Y PUL IFORNIA R iCLOS ANGOUNTYRC7AROLYN . EXP. N1992 (7) Insurance Company Agent for Service of PtootesS in California. Vicencia & Buckley Insurance Services Inc. Steve Vicencia, CPCU Agent 17785 Center Court Drive, Suite 220 17785 Center Court Drive, Suite 220 --Weet 1rumber Streat Number -Cerritos, CA 90702-2025 Cerritos, CA 90702-2025 Ciry" an ata city and Mts (310) 402-1882 (310) 402-1882 Te-Fe-Phone Number —TeFePhone KrMbeF NOTICE, No substitution or revision to the above certificate will be accepted. o be acceptable, insurers must be authorized to do business and have an agent for service of process in California and havi -an "A" polliCyholder* s rating and a financial rating of at least Class XI in accordance with the most current Best's Ratings.) 16 "4 BEST, BEST & KRIEGER AEIrCWD..G rR0fOM LAWYERS ARTHUR L.UTTLEWORTH- DOUGLAS S.PHILUPS' MATT H,MORRIS KEVIN K,RANDOLPH 400 MISSION SQUARE GLEN C.STEPHENS' ANTONIA GRAPHICS JEFFREY V DUNN JAMES 6,GILPIN 3750 UNIVERSITY AVENUE WILLIAM R.DoWOLFE' GREGORY K,WILKINSON STEVEN C.D.BAUN MARSHALL S RUDOLPH POST OFFICE BOX 1028 BARTON C GAUT' WYNNE S.FURTH BRANT IT-DVEIRIN KIM A.BYRENS PAUL T.SELZER' DAVID L.BARON ERIC L.GARNER CYNTHIA M.GERMANO RIVERSIDE,CALIFORNIA 92502 DALLAS HOLMES* EUGENE TANAKA DENNIS M.COTA MARY E.GILSIRAP TELEPHONE(714)686-1450 CHRISTOPHER L,CARPENTER. BASIL T.CHAPMAN JULIE HAYWARD BIGGS NGUYEN D.PHAN RICHARD T.ANDERSON' TIMOTHY M.CONNOR RACHELLE J.NICOLLE DANIEL C.PARKER,JR. TELECOPIERS JOHN D WAHUN' VICTOR L.WOLF ROBERT W.HARGREAVES OINEVRA C MARUM (714)686-3083 - 682-4612 MICHAEL D.HARRIS' DANIEL E.OLIVIER JANICE L.WEIS CHARLES E.KOLLER W CURT EALY' DANIEL J.McHUGH CHRISTIAN E.HEARN GLENN P.SABINE THOMAS S.SLOVAK' HOWARD B.GOLDS SHARYL WALKER CHRISTINE L.RICHARDSON JOHN E BROWN' STEPHEN P.DEITSCH PATRICK W.PEARCE JOANE GARCIA-COLSON OF COUNSEL MICHAEL T.RIDDELL. MARC E.EMPEY KIRK W,SMITH PHILIP J.KOEHLER JAMES EL CORISON MEREDITH A.JURY' JOHN R.ROTTSCHAEFER JASON D.DABAREWER DIANE C.WIESE RICHARD A.OSHINS' MICHAEL GRANT' MARTIN A.MUELLER KYLE A.SNOW STEVEN S.KAUFHOLD FRANCIS J.BAUM T MICHAEL SUMMEROUR MARK A,EASTER REBECCA MARES GURNEY RONALD t VERA ANNE T THOMAS' VICTORIA N.KING DIANE L,FINLEY ALLISON C.HARGRAVE 'ADMITTED IN NEW YORK,NEVADA, U MARTIN NETHERY. JEFFERY J.CRA140ALL MICHELLE OUELLETTE DOROTHY 1.ANDERSON wAs—aToN,D.C.coupr or cLAIms GEORGE M REYES SCOTT C.SMITH PETER M BARMACK G HENRY WELIES WILLIAM W FLOYD,JR, JACK B.CLARKE,JR. DAVID P.PHIPPEN,SR. DANIEL L PEARSON MICHAEL A.CRISTE' JEANNETTE A.PETERSON KENNETH R.WEIS$ JAMES R HARPER GREGORY L HAROKE BRIAN M.LEWIS J.CRAIG JOHNSON DINA HARRIS OFFICES IN KENDALL H.M..VEY BRADLEY E.NIEUFELD SUSAN C.NAUSS PALM SPRINGS(619)325-7264 CLARK H.AESOP' KANDY LEE ALLEN CHRISTOPHER DODSON RAYMOND BEST(1868-1957) DAVID J.CRWIN' ELISE K.TRAYNUMI BERNIE L.WILLIAMSON JAMES H.KRIEGER(1913-1975) RANCHO MIRAGE(619)568-2611 MICHAEL J.ANDELSON' WILLIAM D.CABLING,JR. ELAINE E.HILL EUGENE REST(1.893-1981) ONTARIO(714)989-8584 A PROFESSVEINAL CORFrKIATK3 May 29, 1992 HAND DELIVERY Gary Luebbers General Services Director City of Redlands 30 Cajon Street P.O. Box 3005 Redlands, CA 92373 Re: Agreement for Street Sweeping Services Dear Gary: Please find enclosed an agreement prepared by Glenn Sabine of my office for R.F. Dixon Co. , Inc. 's provision of street sweeping services to the City of Redlands. Glenn has incorporated almost all of your proposed provisions into this revised agreement, and has added certain additional substantive provisions relating to insurance. The reorganization of the agreement was done to place it in a format consistent with other agreements the City has entered into with contractors and consultants. I want to specifically mention that we deleted your proposed provision that allowed the City to require the contractor dismiss an employee if the City determined that the employee was incompetent, unfaithful or otherwise unsatisfactory. This type of provision could jeopardize the City's independent contractor relationship with the company, and could also subject the City to claims of tortious interference with contract in the event of an improper dismissal. DJM113432 Rrcherd A. Kaley Insurance Services, Ine. P U Box 2025-105 TIMiTip California 926W (714)550-1044,FAX(714)5S0.1,170 — FACSIMILE TRANSMISSION COVER SHEET ---------------- ------- _-___---- DATEs May S, 1992 TDs R F Dickson Company FAX #t AT1.'Ns Steve FROMs Pat Bryant REs Certificate of Insurance # PAGES: 5 IF YOU DO NOT RECEIVE ALL THE ABOVE PAGES, PLEASE CALL 714) 550-2044 Dear Stever Following is the Certificate YOU needed today. The original will be mailed to you tonight. Thanks, s� 7 a . CERTIFICATL Of INSURAt10E AND END SEXINT (LIASILITY) STREET SWEEPING 3ERYICE3 Agreeuaent with the City of Redlands ("City'% 30 Cajon St. , Re Unds,, CgUforhit 42373 for the 4anstruction of publ is improvements for the above referenced property. THIS IS TO CERTIFY that the followin insurance policies have been issued to the now insured and are now in force with expiration date(s) and limit$ as stated bt3 Duct ISSUING COMPANY EXPIRATION LIMITS OR LIABILITY am ULICY tttM . 6TA In Thousands (000) [ad Alum= Industrial 12-1-92 A. � L I.IASILI,�,Y Indemnity Co NL959 1703 Bodily Injury S Property Dual* ; Bodily Injury and Property Damage • Ccaa#ttneed $ 21000,000 Personal Injury 2,000,000 Industrial 12-I-92 B. AtTt'OMOVILI LIABILITY " ' Indemnity Co Bodily InJury $ NL959 1703 (Each Person) Bodily Durr ; (Each Occurrences) Property Damage $ Bodily Injury and Pro arty Doage c�seined $ 2,000,000 C. EXCESS LIABILITY t Bodily Injury and Property Damage Combined $ The f9llowing types of coverage are included in said policies (indicated by •X" A• UNERAL LIABILITY Comprehensive Form f t ! t t ! • . f a t s • `# t • # E t f ��� i7��r Explosfo" and Collapse Hazard. i t i ► r f • • t f • # • Yes, No,,,,, Underground hazard . • • . • i • , f f i t i f i • Yes.. No,,,, Products/Comp l e t od Operations Hazard t F t i r i i i i es.• NO. Contractual Insurance ► • t f # ! • t r t . • t t • • ► I #,�� 1M�,, Broad Form Property C,►mape Including Complete operations . Yes_, No.. " Independent Contractors . . f . . , , . . . • i r • • # # Yelt_, N0� Personal Injury YesU" NatVw AUTOMBILE LIABILITY �! 4 yds wy�� g �} . " Cagrt{►'.sive Mt 1N # i • i M • • f t t k t t • !""f f i • i i Yes`. NO. f _ Ow t t i i f f i • f t i t i ! i s t • f • f f i i • t Yes.& No... 1 Hired v e t ► t r ► • i i f . f # s f • f t Yes.& Ng. • Nvn•Ovmed • s t t "► • t t • • t * • • • • • • • a • • • • Yes, „ No. C• EXCESS LIABILITY •a Umbrel1 form i t r • f # • • t f t t t • 1 t s 4 i Yes_,,, No. Other Thin Umbrella Form r • f • . r t f • t . r Yes-MMO No.. r _ w and each of their TO The City, City's tic•�osk�t Director and their cot�e�sl�•sct�t officials, directors, offioer## agents, and emmatoyees are included as additional insureds under sea policy specified but only while attin in their capacity as such and only as respects operations of the original named insureds, their contraotorso and subcontractors any supplier, anyone directly or indirectly employed by any of them, or anyone for whose acts any one of them may be liable to the performance of the above-rofore aced 8greement. Theriruwsaoo afforded the additional insureds is primary insurance and the amunt provided shall net be reduced or prorated by reason of any other inwrence ° they might have. The insurance shall not apply if the loss or damage is ultimately determined to be the proximate result of the sale and exclusive negligence (including any .comwted with the preparation or approval of maps, drawings# opinions, reports, survey*, designs, or specifications) of one or more of the aforesaid additional insureds. The gnpursnee CompsAy will give at least 45 d#ys written notice: by registered Mail to the City prior to, any material change or cancel.l:stion of its policy, R F Dickoon..fasw=r.�....�r Industrial TndAIRn f'V C4 _ amid lnsvrpd Insuronce Company 12524 � �„_,_,.,._._.... ., Number rd uro er Street Number .'"ne - ' City and State City and St&54 Da+Ger ompanypr entat ve f. 6 ° nsz�r�cs Ccuapttey nsurance otape►ny treat umber treet Number ity and State City an State Sy By (Company RaprosentStIN5oa�pany Repr+esontAtivo STATE OF ss COUNTY OF 8 . bore came .. �.�"` known me to bean authoriZed riprese�tivo of upon being duly ht, she deposed and said that ia��was � du1 uthoriaed reprosentatiye o said insu nc$ company s and aoknox ged that x muted Ci within int. ru ent on its/thair�b ha �.trt4�r swr� �„ r - icrl• fs .. «•�,d�,itif st�+� r'r r eM*t;a` ��arrc r't �'�k'r OFFICIAL SEAL mw FAM MER N©TW PUBLIC-CALIFORN1A 010SE COWRYMh ccam a 0m Nit 1*4 Insurance Company Agent for Service of Procgstt in California: • s Industrial Indemniu co Richard - name Agency services, Inc 3530 Wilshire I31vd IVOR umberstreet um er Los An eles, CA 90010 City and Stitt city tno mzs 213 739 4202 1714 A52 304j, Tel-4phont Number Telephone Numaer 1NOTICE: No substitution or revision to the above certificate will be accepted. 9 be acceptable, insurers must be Whoriied to do business and have tern agent for service of process in California and have an Ag policyholders rating and a financial rating of at least Class XI in accordance with th# most current 8*016 Ratings.} IF MORE THAN ONE AGENCY FURNISH CERTIFICATES OF INSURMCE AND ENDORSEMENTS BY EACH AGENCY FOR INSO COMPANY IT REPRESENTS, tot-** ronm 0_41 -4. V-__1_,1 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA) COUNTY OF SAN BERNARDINO) STEVEN L. DICKSON being first duly sworn, deposes and says: That he or she is PRESIDENT of R.F. DICKSON COMPANY, INC. (insert "sole owner", "partner", or (insert name of bidder) other proper title) who submits herewith to the City of Redlands, a proposal; That all statement of fact in such proposal are true; That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association or corporation: That such proposal is genuine and not collusive. or sham; That such bidder has not, directly or indirectly, by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Redlands, or of any other bidder or anyone else interested in the proposed contract: and further, That -)rior to the public opening and reading of proposal, said bidder: (a) Did not, directly or indirectly, induce or solicit anvone else to submit a false or sham proposal. (b) Did not, directly or indirectly, collude, conspire, connive or agree with anvone else that said bidder or anyone else would submit a false or ' shamproposal, or that anyone should refrain from bidding or with- draw his proposal . (c) Did not, in. any manner, directly or indirectly, seek by agreements, communications, or conference with anyone to raise or fix any over- head, profit, or cost element of this proposal price, or that of anyone else. (d) Did not, directly or indirectly, submit his or her proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof , or to any individual or group of individuals, except to the City of Redlands, or to any person or persons who have a partnership or other financial interest with said bidder in his business. Subscribed and sworn to before me this 24TH day of MARCH 1992 R.F. DICKSON COMPANY, INC. A BY_� NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE PRESIDENT (Title) OFFICIAL SEAT, A4 LO1Z ETTA E. PETERS '107ARY CAL1i:0RV` 21 LOS ANGRES COUNTY w ,�.... .er M fi 8 IE 01 Cit o dedtaacGs Amendment to IFE, x#92-06 Change: Paragraph 4.1 page 29 - TERM OF AGREEMENT FROM: This Agreement shall be for a period of one year commencing on , and ending on Contract may be extended by written mutual agreement on a year-to-year basis for a period not to exceed three (3) years unless terminated as provided in Paragraph 12 of this Agreement. TO: This Agreement shall be for a period of one year commencing on , and ending on Contract may be extended by written mutual agreement on a year-to-year basis for a period not to exceed three (3) vears unless terminated as provided in Paragraph 12 of this AQre-mens. The City must notify the Contractor at least 30 days prior to the dace of the award expiration to exercise said option. Any CTI adjustment sh—a—=be obtained from the Los nge es- na eim- iversi e n ex. Change: Paragraph 4.5 page 30 - SCHEM L.E FROM: The sweeping schedule which the Contractor shall follow shall be a schedule approved by the Public Works Director. The hours during which the sweeping shall be performed shall be at the discretion of the Contractor. with the approval of the Public Works Director. The Contractor may be required to do early morning sweeping on certain major streets. No sweeping in residential areas shall be started prior to 7:00 a.m. TO: The sweeping schedule which the Contractor shall follow shall be a schedule approved by the Public Works Director. The hours during which the sweeping shall be performed shall be at the discretion of the Contractor, with the approval of the Public Works Director. The Contractor may be required to do early morning sweeping on certain major streets. No sweeping in residential areas shall be started prior to 6:00 a.m. - 1 - P.O. BOX 3005 REDLANDS, CA 92373 • 03/24/1992 16:27 FROM Redlands Purchasing TO 9-43109231393 P.03 As page 14-A ADD: Alternative Bid Schedule D B. Unit Prices for first year only (to be adjusted annually, using C.P.J.) Coordinated Routes Sweeping (re: Vng,% 25 - Scope of SveepinR) Annual Item Estimated Unit: No. antic V — Item Cost Total Ia. 10,920 Mi Curb (residential) 2a, 2,040 Mi Curb (commercial) 3a. 137.83 Mi No Curb (12--Month Total) Basic Bid Total: Additive Bid Item 48. 180 Hrs. Special Call Out $ (1 -Month Total) Basic Bid Plus Additive Bid Total: Page 25 "Scope of Sweeping" paragraph 3 after the words Contracting Officer. ADD: These routes are within designated sections on the City-I'Sweep- map available from the General Services DeparTment, the, sections shall be ff gang swept" on City scheduled days. Contractors may, at their option, propose as Alternate 5id-.C/D commercial and residential coordinated Route Sweeping in, sequence manner. With said alternate bid the contractor shall submit a prepared sweeping map and schedule depicting said Routes and sequence. Change: Page 3 paragraph 1.11 FROM: Each proposal. . . . . , .of Ttem No. I . . . . . . TO.- Each proposal... . . . .Bid amount. . . . . . .,, Change: Page 4 paragraph 1 .13 FROM: Alternative proposals will not be considered unless called for. TO: Alternative bids will be considered. 2 03z24-1992 16: 28 FROM Redlands Purchasing TO 9-13109231393 P-04 To Alternate Bid Schedules based on annual M adjustments ADD as Note 1: All bids will be factored by an average of the last three years CFI adjustments for the Los Angeles/Riverside/San Bernardino area as provided by the U.S. Dept. of Labor. Factoring will ,be accomplished by the Purchasing office and will be added to vendor .bld price. Page 24 DISMAL OF SWEEPIK ADD as Paraxraph C Vendors are authorized to provide privately owned bins for storage of refuse at transfer sites. ti ENDORSEMENT AS TO EACH POLICY The Citv, City's Public Works Director and their consultants, and each of their officials, directors, officers, agents, and emnl.ovees are included as additional insureds under each policy specified but only while acting in their capacity as such and only as respects operations of the original named insureds, their contractors, and subcontractor, any supplier, anyone directly or indirectly employed by any of them, or anyone for whose acts any one of them may be liable in the performance of the above—referenced agreement. The insurance afforded the additional insureds is primary insurance and the amount provided shall not be reduced or prorated by reason of any other insurance they might have. The insurance shall not apply if the loss or damage is ultimately determined to be the proximate result of the sole and exclusive negligence (including any connected with the preparation or approval of maps, drawings, opinions, reports, surveys, designs, or specifications) of one or more of the aforesaid additional insureds. The insurance Company will give at least 45 days written notice by registered mail to the City prior to any material change or cancellation of its policy. Named Insured Insurance Company Street Number Street Number City and State City and State Date 3y (Company Representative) Insurance Compnay Insurance Company Street Number Street Number City and State City and State By By (Company Representative) (Company Representative) � 22 _ CITY OF REDLANDS SPECIAL PROVISIONS SPECIFICATIONS FOR STREET SWEEPING SECTION III PURPOSE Proposal shall be for sweeping of City streets as herein specified. INSURANCE The Contractor shall secure, maintain in full force and effect, and bear the cost of complete Worker's Compensation Insurance, in accordance with the Labor Code for the duration of the contract and shall furnish to the City, prior to the execution of the contract, a Certificate of insurance which meets the requirements of the Labor Code. The Contractor shall maintain in force public liability and property damage insurance, ample in amount to cover all awards of judgments for any death, injury loss or damage arising out of the performance of the work by the Contractor. Public Liability Insurance shall be in the amount of not less than One Million Dollars ($1,000,000) for injuries, including accidental death, to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1 ,000,000) for one accident, and the Property Damage Insurance shall be in an amount not less than Five Hundred Thousand Dollars ($500,000) per occuranee. BILLINGS Billings shall be submitted monthly, and shall be based in accordance with the Bid Schedule and these specifications on actual curb miles swept, which shall be verified by the City's Contract Administrator. STANDARDS OF PERFOY.ZMANCE Street sweeping shall be performed in accordance with accepted standards for routine and emergency municipal street cleaning. When necessary for proper cleaning, Contractors shall make more than one pass on a street, without extra charge. Contractor shall immediately respond when notified by the City to resweep unsatisfactory areas at no additional charge. When any given area becomes unsweepable due to parked vehicles, which are only parked there during certain hours, the sweeping time shall be changed; dependent upon approval by the City's Contract Officer. This shall be done at no additional charge to the City. As new sweep limits are added they shall be placed on the appropriate sweep day by the City Contract Officer and coordinated with refuse pickup, as needed.. Contractor shall maintain the sweeping schedules as approved by the City and maintain standby equipment to be used in case of breakdown or emergency. Sweeping in residential areas shall not commence prior to 6:00 a.m. Sweeping in business areas shall be completed prior to 7.00 a.m. Sweepers shall not operate above maximum speed as specified by manufacturer for optimum sweeping. � 23 - g! T? con" Red _-ds EQUIPMENT MAINTENANCE In addition to the data required by Section I, Item 16c, periodic equipment list shall include the following for each piece of equipment: a. Repair schedule and list of prior maintenance performed. b. Total number of miles or hours each vehicle has been in service. c. Date equipment was acquired by Contractor. d. Specification of whether equipment was new or used at date acquired. Contractor shall keep accurate records of maintenance and repairs on equipment used on this contract, which shall be available at all times to City's authorized representative. City shall have the right to perform periodic inspections of the equipment. If primary equipment is faulty, designated repairs or "back-up" equipment must be available with minimal or no delay to the operation. Contractor shall be authorized to park equipment designated for use in the fulfillment of this contract in an assigned parking space located within the City of Redlands Corporation Yard, 1270 W. Park Ave. , Redlands . Periodic preventative maintenance is authorized on week-ends at same location. No maintenance other than "quick fix" (I hour or less repairs) The use of City owned maintenance facilities/ equipment is prohibited. The Contractor shall be required to provide its own clean out/wash down area for sweepers. SIGNS The Contractor shall place signs approved by the City on any equipment utilized in the performance of the contract, which signs shall be a minimum of three (3) inches high, and visible from both sides of the vehicle and shall read "Under Contract to the City of Redlands." Please contact company name and phone number DISPOSAL OF SWEEPING a. All debris and refuse material swept by the Contractor shall be and become his property from and after the time of street sweeping. b. Contractor shall dispose of all refuse collected by hauling the same to a legally established disposal area. If it becomes necessary to store said refuse at "transfer sites," these sites shall be cleared weekly. Obtaining such sites shall be the responsibility of the Contractor. All such sites are subject to the approval of the Public Works Director. WATER The Contractor shall make arrangements with the City Public Works Departmet for use of fire hydrants to obtain and pay for water necessary for the Operation. - 24 -�4c March 23, 1992 To: All Prospective Bidders Subject: RFP #92-06 Section III - page 25 SOM OF SWEEMM The following response provides clarification to questions raised during the vehicle inspection held at the Corporate. Yard, 1270 W. Park Ave. , on March 20, 1992 at 1 :00 p.m..- 1. The clarification concerns the usage,of the word.routes contained in Section III - Scope of Sweeping'. This contemplates routes swept within sections as depicted by the City Sweep Map. This item was discussed at the pre-bid conference during discussions on "gang sweeping". 2. Contractor owned street sweepers utilized in connection with the contract award are not required to be parked 'at the City Yard. 3. Bin used for dumping/hauling within the City shall be provided by the City of Redlands Solid Waste Division. 4. City owned street sweepers are available for. purchase but this is not a stipulation of the RFP. P,O, Box 3006 REDLANDS, CA 92373 i SCOPE OF SWEEPING The following presents the type of City's paved streets and the frequency they are to be swept: a. Downtown - commercial --two times weekly b. Residential and other commercial --bi-weekly The estimated amount of the above sweeping is 1080 monthly miles. The extent of the downtown commercial area is shown on the City's Street sweeping map. The detailed sweeping schedule and routes will be provided to the Contractor 30 days prior to start date of contract by the Contracting Officer. HOLIDAYS AND INCLEMENT WEATHER When inclement weather, in the opinion of the City's Contract Officer, prevents adherence to the regular sweeping schedule for two or less days in a given week, the sweeping areas so affected by the inclement weather shall be swept within five (5) days of the scheduled sweeping without interruption of the regular sweeping schedule. The Contractor shall perform all extra work required by such inclement weather without additional charge. In the case of long term inclement weather, the City, at its discretion, may eliminate sweep days not completed and request that the Contractor give the City credit for the curb miles not so performed at the rate shown on the bid proposal. When any holiday or observance as specified in the Government Code of the State of California occurs on a regular scheduled sweeping day, said sweeping area shall be swept within two (2) days from the regularly scheduled sweeping day without interruption in the regular sweeping schedule. The Contractor shall publish the sweeping schedule and telephone number for customer complaints annually, to the satisfaction of the City, so all affected residents are notified, and notice of any change in the regular sweeping day shall be coordinated with the City, and published in the Redlands Daily Facts and San Bernardino Sun newspapers. In the event the Contractor is prevented from completing the sweeping as provided in the schedule for recons acceptable to the Contract Administrator, other than inclement weather, he shall be required to complete the sweeping services so deferred within 24 hours, without interruption of the regular sweeping schedule or give the City credit for the curb miles not so performed at the rate shown on the bid proposal. COMPLAINTS All public complaints concerning street cleaning shall be investigated by the Contractor and action will be taken to mitigate the cause of the complaint. Complaints brought to the Contractor's attention prior to 3.00 p.m. shall be investigated that day. Those brought to the Contractor's attention after 3.00 p.m. shall be investigated before noon of the following day. - 25 - lL..i_ uui All 91 -LlL-L-_._. i j : ft �r i A complaint form shall be completed for each complaint referred to or received by the contractor. The form, which must be approved by the City, shall be filed within the City on the first working day following the day the complaint was received. The Contractor shall report what actions were necessary to resolve each complaint. ADDITIONAL REPORTS In addition to other data filed with the City, The Contractor shall on the first and third Tuesday of each month, file a report in duplicate with the Contract Administrator enumerating the following information for the previous weeks: a. Curb miles swept each day. b. Scheduled areas missed. c. Scheduled areas swept. d. Date and time missed areas were swept. e. Number of complaints received each day. f. Reasons scheduled sweeping was not done or completed as scheduled. CITY SWEEP MAP Contractor shall sweep all areas as shown on item referred to as "City Sweep Map" a. The map is on file and can be reviewed by bidders at the Purchasing Office, 1270 W. Park Ave. , Redlands. b. Four copies of the map will be made available to the successful bidder. Additional maps will be available at a nominal fee. c. The map will be updated by the City periodically. REQUEST FOR EMERGENCY WORK Work during and after normal work hours, on weekends and holidays may be requested and authorized in case of emergency only by the Contracting Officer or their designated representative. Payment for emergency work shall be paid in accordance with the bid schedule. Contractor shall furnish the City with a minimum of two (2) telephone numbers where the Contractor's representatives can be reached during and after normal working hours, on weekends, and holidays. The contractor shall respond to emergency street sweeping requests within one (1) hour after receiving a verbal request from the Contract Officer. The City reserves the right to extend the Response Time based on the needs of the City. City reserves right to do emergency sweeping with own forces as necessary. - 26 - _.��a:.::�.rfav-6i.t.�li`iYLr.•u..u....a.uu„i.... a...._,.,...... .._.. �r x - . i; z, PERSONNEL The Contractor shall furnish sufficient supervisory and working personnel capable of promptly accomplishing on schedule, to the satisfaction of the Contract Officer, all work required under the contract during the regular and other prescribed hours. All such personnel shall be physically able to do their assigned work. The Contractor and his employees shall conduct themselves in a proper and efficient manner at all times and shall cause the least possible annoyance to the public. The Contract Officer may require the Contractor to remove from the work site any employee deemed careless, incompetent, or otherwise objectionable, whose continued employment on the job is considered to be contrary to the best interest of the City of Redlands. The Contractor shall have competent employees on the job who are capable of discussing with the contract Officer matters pertaining to this contract. Adequate and competent supervision shall be provided for all work done by the Contractor's employees to ensure accomplishment of high quality work which will be acceptable to the Contract Officer. All personnel shall be required to wear a uniform as deemed appropriate by the Contract Officer. Each employee shall be required to carry on his person an identification card identifying said employee as an employee of the Contractor. TERMINATION OF CONTRACT If the Contractor fails to meet the specifications of this contract for a period of ten (10) cumulative days, the City may at its option terminate the balance of this contract by written notice of termination to the Contractor. DISPUTED INVOICES In the event of disputes, the disputed invoice will be submitted to the City Manager for his review and decision. The determination of the City Manager shall be final. ASSIGNMENT The Contractor shall not assign, sublet or lease any part or partion of this agreement without the prior approval of the City Council. HOLD HARMLESS All officers, agents, employees, subcontractors, their agents, officers and employees who are hired by or engaged by the contractor in the performance of this Agreement shall be deemed officers, agents and employees and subcontractors of the Contractor and the City shall not be liable or responsible to them for anything whatsoever other than the liability to the Contractor as set forth in this Agreement. The Contractor agrees to reimburse and hold the City Harmless for any damage caused by itself, its employees, agents or contractors in respect to any operation pursuant to this Agreement or the use of any equipment or machinery therefore. The Contractor agrees - 27 - A to reimburse and hold harmless the City, the City Council and any officer of the City for damages occasioned thereto by the misfeasance or nonfeasance of said Contractor, its employees, agents, subcontractors or employees thereof in respect to the operation pursuant to this Agreement or the use of any vehicle, equipment or machinery in performing this Agreement, and said Contractor further agrees to hold harmless and defend in all proceedings and courts of law, said City, The City Council and all officers of the City in respect to any claim or legal proceeding or judgment made, filed or presented against the foregoing by reason of said misfeasance or nonfeasance. TERMINATION The City Council may at any time during the term of this agreement, in its absolute discretion, terminate this agreement by giving the Contractor thirty (30) days written notice therof. 28 RT I*7T,I CO'> I � - IQ TP11 ,lanke A, P--,nate , ..,, 03/24/1992 16: 27 FROM Redlands Purchasing TO 9-13109231393 P.02 �Y r Ct 1 �t t 0 Lt�•IQKA.3 .� '11FO 111t► Amendment to IFP #92-06 Change: Paragraph 2 page 11 FROM: Inventor} of leased equipment. . . . . . . . Inventory of owned equipment. . . . . . ... , Change: Title page 12 (Amendment I page 4) FROM- . Alternate Bid Schedule A 70: Bid Schedule Change: Title page 12 (Amendment 1 .page 6) FROM. Alternate Bid Schedule B TO. Alternate Bid Schedule A As page I3 _-AADB• Alternative Bid C A. Unit Prices constant over the three-year period (no annual adjustments). Coordinated Route Sweeping '(re: Pave 25 Scope of Sweeping) Annual Unit Item Estimated No. antic Item Cost, Total Ia. 10,920 Mi Curb (residential) _ _ $ — 2a. 2,040 Mi Curb (commercial) $ $ 3a. 137.83 Mi No Curb $ (12-Month Total) Basic Bid Total: $ Additive Bid Item 4a. 180 Hrs. Special Call Out $�__�_��_ � (12--Month Total) Basic Bid Plus Additive Bid Total: y � (HANG= ALTERNATE BID A TO: CITY OF REDLANDS STREET WEEPING CONTRACT PROPOSAL BIC} SCHEDULE A. Unit Prices constant over the three-year period (no annual adjustments). Annual Item Estimated Unit No. QuantitV Item Cast Total 1a. 10,920 Mi Curb (residential) $ 12.89 $144,395.16 2a. 2,040 Mi Curb (commercial) $ 12.49 25.49.6 0 3 3a 137,83 Mi No Curb $ 14.49 $ 2)006.80 (12-Month Total) Basic Bid Total. $ 1714881.56 4 �III4�141444� Additive Bid Item 4a. 180 Hrs. Special Call Out $ 55.00 $ 9,900.00 (12-(Month Total) Basic Bid Plus Additive Bid Total: I$ 181,781.56 4 1 x AL �. 4 - li I CHANGE ALTERNATE BID SCHEDULE B TO: CITY OF REDLANDS STREET SWEEPING CONTRACT PROPOSAL Alternate Bid Schedule A B. Unit Prices for first year only (to be adjusted annually, using C.P.I.) Annual Item Estimated Unit No Quantity Item Cost Total lb. 10,920 Mi. Curb (residential)$12.49 $1412157.56 2b. 2,040 Mi. Curb (commercial) $12.00 $ 24,480.00 { 3b. 137.83 Mi. No Curb $14.00 $ 1,929.62 (12-Month Total) Basic Bid Total: $167.567.18 Additive Bid Item 4b. 180 Hrs. Special Call Out $ 55.00 $ 9,900.00 (12-Month Total) Basic Bid Plus Additive Bid Total: $ 177,467.18 6 WA�Af11 AVfK4! } y � 4iM�VtRR1TY ■TR��T r ♦'f 44 2 + C"UOkCN'-'r'' f.1rRq�T' W W + � � � :r'•� id 40 i t• k � �'s� a- • � � - t y LiMil'S G ' gyp• rn �. r r� c ; tL . U W tY �t r� - JGORVDON RCIAL MAP ANa DED BY SHACKLES � c VAC![ WA DI1. ATOM( EAtOrM 1VORiE ^I'� WLVHLL A --_ OCCDWWffAL A SAM B[RHAROMO AVO SfbfY C! 22 Q KNRyY ELISE OR }/,) ® . VE. Yr ® OREYSTdi AVE © s 6 38 23 VE. A 1IARC0 1p AIL �IS® A A- MA.— n VE .AGO AVE c ry L 29 n...i A 4 ARE a uaur UMW LUCOMA Pi EE [AV�l1�DIR CORKtI 4K A 9 A A AV II I r RROOKT AV[/KE C :M.... u�®�����Da❑ C �� �RVER5IY CAII 13 AVE. ' T ���LJ❑❑U�Q�C� � cau �� � 35 aoa AVE ®z COITOM GD�LJ00���00 � �[� REDLAICS T D _ TERRACE 6 ♦' S STAJA M 42 A STLWAR AVE. 42 cAArvs 37® sTUAR J AVE- a� s YAw Rtvo A A ST. 28 S T 25 iE CENTR > ♦VE1K�i � EO,S N C �?�� as ■■■■ e a ~ Q CEPO IXT 36 6 �h. * � V*dl* Ns®47> r , �4`� •oM„E, C. 24 13TVIEW K 21, IL 39 48 2 OT 19