Loading...
HomeMy WebLinkAboutAGENDA REPORT 1989 1115 CC REG ITEM 11DMOORPARK x-� (P \ ITEM I L• ELOISE BROWN Mayor BERNARDO M. PEREZ Mayor Pro Tern CLINT HARPER, Ph. D. Councilmember PAUL LAWRASON Councilmember SCOTT MONTGOMERY Councilmember RICHARD T. HARE City Treasurer TO: FROM: DATE: SUBJECT: Background MEMORANDUM The Honorable City Council STEVEN KUENY City Manager CHERYL J. KANE City Attorney PATRICK RICHARDS, A.I.C.P. Director of Community Development R. DENNIS DELZEIT City Engineer JOHN V. GILLESPIE Chief of Police Phil Newhouse, Director of Community Services November 8, 1989 " 1 CONSIDER SPECIFICATIONS FOR STREET SWEEPING WITHIN THE CITY OF MOORPARK Currently, Pacific Power Sweeping (formerly Emard), is the City's contractor for performing street sweeping within the City of Moorpark. Pacific Power Sweeping sweeps all laity owned streets, parking lot at the Community Center, parking lots at Peach Hill and North Meadows Parks and portions of State Highways 118 and 23. Street sweeping is currently provided under a contract with Pacific Power Sweeping which expired on April 30, 1987; however, it has been extended monthly since that time as stipulated within the contract. Discussion Presented for your consideration are revised specifications -for City wide street sweeping. Highlights of the proposed specifications are: 1. This contract will be for approximately five years which will expire on June 30, 1994 unless sooner terminated. 2. This contract may be terminated at any time by City, with or without cause, by giving thirty (30) days written notice to contractor. 3. This contract shall provide for sweeping of approximately 102.5 miles of residential streets and 12.2 miles of State Highways. 799 Moorpark Avenue Moorpark, California 93021 (805) 529-6864 Ir I it VA The Honorable City Council November 9, 1989 Page 2 4. Debris collected shall be disposed at an approved landfill site of the City's approval. 5. Hours of sweeping shall be determined by City. 6. Call -Backs for inadequate sweeping of any area will be penalized at a fee of $50 per curb mile swept. 7. Annual cost of living increases will be considered on July 1, of each year of the contract. Contract price shall be adjusted upward in an amount equal to 4/5 percent of the Consumer Price Index of the Urban areas of Long Beach, Los Angeles Metropolitan Area. Staff Recommendation: Approve Specifications for Street Sweeping within the City of Moorpark as presented and authorize the City Manager to advertise for bids. Attachment PN/ls ADM.89118B MOORPARK, CALIFORNIA City Counci Meeting of �� 198? i CITY OF CALI SPECIFICATIONS FOR STREET SWEEPING WITHIN THE CITY OF MOORPARK COMMUNITY SERVICES DEPARTMENT NOVEMBER, 1989 STSWEEP.CON/CONTRACT I SPECIFICATIONS FOR STREET SWEEPING Index Notice Inviting Bids Instructions to Bidder Section 1 - Proposal Requirements Section 2 - Scope of Work Section 3 - Control of the Work Section 4 - Legal Relations Responsibilities to the Public Section 5 - Prosecution and Progress Section 6 - Measurement and Payment. Section 7 - Special Provisions Instructions for Signing Bids Proposal Bid Security Form Bid Security Form - Bid Bond Agreement Contractor's Questionnaire Workmen's Compensation Certificate Street Sweeping Schedule I II 1 2 4 5 7 10 11 12 14 16 20 21 23 26 28 30 I F' X NOTICE INVITING BIDS FOR SWEEPING PUBLIC STREETS WITHIN THE CITY OF MOORPARK, CALIFORNIA 1. PUBLIC NOTICE IS HEREBY GIVEN that sealed bids will be received at the Office of the City Clerk, City Hall, 799 Moorpark Avenue, Moorpark, 93021 up to the hour of 2:00 p.m. on , 1989, for the sweeping of the public streets and specified parking lots within the City of Moorpark. 2. All sweeping is to be done in accordance with the general schedule attached as a part of the specifications and the detailed schedule as submitted by the successful bidder and thereafter modified and amended by mutual consent. 3. Bids shall be submitted on the basis of furnishing all labor, materials, tools and equipment necessary for the satisfactory performance of said sweeping in accordance with the "Specifications for Street Sweeping in the City of Moorpark, November, 1989," on file in the Office of the City Clerk and by this reference incorporated herein and made a part hereof. 4. Bidders must bid upon the proposal forms provided herein furnished by the City of Moorpark. Failure to do so will render the bid informal and subject to rejection. 5. Each bid shall be accompanied by a certified check, cashier's check, bidder's bond or cash deposit, payable to the City of Moorpark, in the amount of $5,000, such guarantee to be forfeited liquidated damage should the successful bidder fail or refuse, within a period of ten (10) calendar days after written notice of award of contract, to enter into and fully execute the required written contract. 6. Bids will be compared both on the basis of the Contract price and the ability, experience and equipment of the bidder, and the probability of continuous and satisfactory service. All bids must be accompanied by references, financial statements and statements of the experience and qualifications of the bidder. 7. The Council reserves the right to reject any or all bids, to waive any informality, technical error or discrepancy in the bid, if such action is deemed advantage(us to the City; and to take any and all bids under advisement for a period of not to exceed thirty (30) days from and after the date of opening. 8. Sweeping schedules, bond and proposal forms and specifications may be examined in the Office of this City Clerk of the City of Moorpark, or obtained at no charge from City Hall, 799 Moorpark Avenue, Moorpark, CA 93021. 9. All bids must be written on the forms provided, sealed and plainly marked "BID ON STREET SWEEPING," and either mailed or delivered so as to be in the hands of the City Clerk before the hour and day specified above, at which time the bids will be publicly opened and read. 10. This contract shall be for a period of approximately five years from the date hereof and ending on June 30, 1994 unless terminated sooner. CITY CLERK INFORMATION FOR BIDDERS 1. Each bidder is instructed to read carefully the SPECIFICATION AND BIDDING DOCUMENTS FOR STREET SWEEPING SERVICES for the City of Moorpark. Proposals should be based on the requirements, information and specifications contained in said document. 2. Each bidder is required to survey the Moorpark Street System and become familiar with the scope and requirements of the services to be contracted. The City will assume that each bidder has investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of work to be performed, and the materials and equipment to be furnished. 3. Proposals shall be made on forms provided by the City. Each proposal shall be signed by the bidder and shall comply with the contract documents. 4. All proposals must be submitted to the Office of the City Clerk on or before the date and time specified in the Notice Inviting Bids. 5. Each proposal must be accompanied by a certified or cashier's check, cash or bid bond, made payable to the City of Moorpark for the amount of Five Thousand Dollars ($5,000.00), such guarantee to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. 6. Not more than one (1) proposal from an individual, partnership, corporation or association under the same or different names will be considered. If there is sufficient reason to believe that collusion exists amount (2) or more bidders, the proposals of the participants therein may be disqualified. 7. No proposal will be considered unless it specifies that it constitutes an offer irrevocable until thirty days after the next meeting of the City Council following the date of the opening of the proposals. 8. Proposals will be evaluated on the basis of (1) the bid price proposed, (2) the qualifications of the firm presenting the proposal and (3) the Program Description submitted with the proposal. The required street sweeping services are being requested on a professional procurement basis. Upon receipt of the proposals, each proposal will be reviewed and interviews held to discuss each proposal prior to selection and recommendation for award of a contract by the City Council. It is emphasized that award of the contract will not necessarily be based on price alone, but rather will be based on a combination of qualifications and price. 9. Upon completion of the evaluation and selection process, the Director of Community Services will make a recommendation to the City Council regarding the award of a contract. 10. A proposal may be rejected if it shows any alterations of form erasures, incompleteness or irregularities of any kind. 11. The City Council reserves the right to waive minor irregularities or informalities. 12. The City Council is not obligated to award a contract, and reserves the right to reject all bids. If the City Council determines to award a contract, the Council is not obligated to make the award to the low bidder. Other factors will be considered by the City Council such as evidence of satisfactory performance under other contract; and such other evidence as might convince the City Council that any one bid would provide the most effective, economic and reliable service to the City. The City Council reserves the right to negotiate with any bidder in order to perfect any bid to the satisfaction of the City Council. 13. Subsequent to the award of the contract, if it be awarded, an AGREEMENT shall be executed by and between the selected contractor and the City of Moorpark. Said AGREEMENT shall be provided by the City and be in the form approved by the City Attorney. 14. Within ten (10) days of the award of contract, the contractor shall submit all required bonds and certificates of insurance to the City. 15. The contract shall commence on the date of the NOTICE TO PROCEED and end on June 30, 1994, unless terminated sooner. 16. The contract price shall be established pursuant to Paragraph II A 17. Adjustments in the Frequency of Sweeping are provided for in Section II A 9. 18. Automatic cost -of -living increases are provided for in Section II A 10. RTn DDnDr1CA1 TO THE CITY COUNCIL OF THE CITY OF MOORPARK, CALIFORNIA: The undersigned declares that he has carefully examined the conditions of the proposed work, that she/he has examined the Specifications and Special provisions, and has read the accompanying proposal requirements and hereby proposes to furnish all materials and do all the work required in accordance with these Specifications and Special Provisions for the amounts set forth in the following schedule: BIDDER shall bid on all items and completely fill in the Proposal Form. The Undersigned Contractor hereby proposes to: A. Perform all sweeping of specified streets and areas within the City of Moorpark at the frequency shown on the Map entitled "Street Sweeping Schedule, November, 1989, Exhibit "A," for the unit price of: (WRITTEN IN WORDS) per curb mile. (WRITTEN IN FIGURES) B. Perform Extra Work on a regular schedule at the price of (WRITTEN 'IN WORDS) per curb mile. (WRITTEN IN FIGURES) C. Emergency Call Out at the price of (WRITTEN IN WORDS) per hour. ($ ) (WRITTEN IN FIGURES) In case of discrepancies between extended unit totals and words or figures, the extended unit totals shall prevail. Bidder is State? Contractor, By Title Date Address Telephone CORPORATION ( ) - organized under what PARTNERSHIP ( ) INDIVIDUAL ( ) Name and address of all Partners, Members of Unincorporated Association or Officers of Corporation: NAME ADDRESS PROGRAM DESCRIPTION The Street Sweeping Services to conformity with the provisions SPECIFICATIONS. The exact type schedule and sweeping procedure detail as follows: be rendered shall be in basic of Section II B 2 of the (brand/model) of equipment, maintenance s to be utilized are described in more (add additional sheets if required) 4. BID BOND Cash, or certified check/cashier's check properly made payable to the City of Moorpark, for a bid bond in favor of the City of Moorpark in the amount of Five _Thousand Dollars j$5 000.00 is attached hereto and is given as a guarantee that the undersigned will execute the agreement and furnish the required bonds if awarded the contract, and, in case of failure to do so within the time provided, proceeds of said amount shall be forfeited to the City of Moorpark of the face amount of the bond shall be considered established. 5. STIPULATIONS It is understood and agreed that: A. The undersigned has carefully examined all the Contract Documents which will form a part of the Contract; namely, the Notice Inviting Bids, the Information for Bidders, this Proposal, the Bidder's Security, the Affidavit of Non -Collusion, the Faithful Performance Bond, the Payment Bond, the Street Sweeping Specifications, the Agreement and all revisions of addenda setting forth any modifications or interpretations of any of said documents. B. The undersigned has, by surveying and investigating the City, satisfied himself as to the nature of the work and fully informed himself as to all conditions and matters which can in any way affect the work or the cost thereof. C. The undersigned fully understands the scope of the work and has checked carefully all words and figures inserted in this bid, and he further understands that the City will in no way be responsible for any errors or omissions in the preparation of this proposal. D. The undersigned will execute the Agreement and furnish the required bonds or letters of credit and certificates of insurance within ten (10) calendar days after notice to him of acceptance of his bid by the City. E. The undersigned hereby certifies that this proposal is genuine and not sham or collusive or made in the interest or in behalf of any person nor herein named, and the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid or any other person, firm, or corporation to refrain from bidding; the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. F. The undersigned stipulates that the bid herein constitutes an offer irrevocable until thirty (30) days after the City Council meeting following the date of the opening of the bids. G. The undersigned will accept an award and enter into a contract for all work scheduled herein on which he puts in a bid. The award for such work is to be entirely at the discretion of the City after evaluation of the bids. If the undersigned fails or refuses to execute the contract, the City may award it to the next lowest responsible bidder. If the City does so, then the amount of the lowest bidder's security shall be applied by the City to the difference between the lowest bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. 6. SUBCONTRACTORS Subcontractors who will perform work in excess of one-half of one percent (112 of 1%) of the total contract price are listed as follows: NAME ADDRESS WORK TO BE PERFORMED 7. PRIOR WORK REFERENCES A. Name of Customer Address Number of Years of Service__ Number of Curb Miles Swept_._ B. Name of Customer Address Number of Years of Service Number of Curb Miles Swept_,_, C. Name of Customer Address Number of Years of Service Number of Curb Miles Swept._ D. Name of Customer_ Address Number of Years of Service_._ Number of Curb Miles Swept_ 8. BIDDER'S SIGNATURE Name of Corporation Business Tel Telephone Number Corporation organized under the laws of the State of By: PRESIDENT OR SECRETARY B I D S E C U R I T Y F 0 R M BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, as principal and as surety, are held and firmly bound unto the City of Moorpark, California, hereinafter referred to as "City", in the sum of Five Thousand and no/100 Dollars ($5 000.00), to be paid to the said City, it successors, and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the above bounden for sweeping public streets, alleys and areas as specifically set forth in documents entitled "Specifications for Street -_Sweeping, November-, 1989," all in accordance with the specifications on file at the office of the City Clerk of the City of Moorpark, California, is not withdrawn within the period of 30 days after the date set for the opening of bids, unless otherwise required by law, and notwithstanding the Award of the contract to another bidder, and that if said proposal is accepted by the City through action of its legally constituted contracting authorities and if the above bounden his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction and shall execute and deliver the required Performance and proof of insurance coverage within 10 days after the date of notification by and from the said City that the said contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 1989. (NOTE: The Standard printed bond form of any bonding company acceptable to the City Attorney may be used in lieu of the foregoing approved sample bond form provided the security stipulations protecting the City are not in any way reduced by use of the Surety Company's printed standard form.) NON -COLLUSION AFFIDAVIT BE EXECUTED BY EACH AWARDEE OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ss COUNTY OF deposes and says that he is being first duly sworn (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation; that such bid is genuine and not collusive or sham, that said bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or that anyone shall refrain from bidding, that said bidder has not in any manner, directly or indirectly sought: by agreements, communication or conference with anyone to fix the bid price of said bidder or of any other bidder, or to fix the overhead, profit, or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in such bid are true, and, further, that said bidder has not directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents hereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection, organization, bid depository, or to any member or persons or have a partnership or other financial interest with said bidder in his general business. SIGNED: TITLE Subscribed and sworn to before me this 19 _ SFAL OF NOTARY day of PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: WHEREAS, the CITY OF MOORPARK, hereinafter ("City") and (hereinafter "Contractor") have 19— CALIFORNIA, a municipal corporation, entered into an Agreement dated for work identified as which Agreement is hereby incorporated into and made a part hereof; and WHEREAS, said Contractor is required to furnish a bond in connection with said contract, providing for the faithful performance thereof; NOW, THEREFORE, we, the Contractor, as Principal, and a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, as Obligee, in the sum of _ DOLLARS ($ ), lawful money of the United States of America, said sum being not less than one hundred percent (100%) of the estimated amount payable by the said Obligee under the terms of the contract for which payment well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the said Principal, his or its heirs, executors, administrators, successors or assigns, his or its subcontractors, shall perform and fulfill all the undertakings, covenants, terms and conditions of said Agreement during the original term of the Agreement, any and all duly authorized extensions thereof, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also perform and fulfill all the undertakings, covenants, terms, conditions and agreement of any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void and of no effect. In case suit is brought upon this bond, the court shall fix and award and the surety shall pay, in addition to the face amount hereof, costs and reasonable attorney's fees incurred by the City of Moorpark in successfully enforcing said obligation. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of 19_ —. (Corporate Sea]) Notarial Certificate Attached By (Corporate Seal) Notarial Certificate Attached By Principal Title Surety Title HOLD HARMLESS AGREEMENT IT IS MUTUALLY UNDERSTOOD AND AGREED: 1. The City of Moorpark and all officers and employees thereof connected with the work, shall not be answerable or accountable in any manner: for any loss or damage that may happen to the work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the work; for injury to or death of any person either workmen or the public; or for damage to property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him. 2. The Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects or obstruction or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. 3. The Contractor shall indemnify and save harmless the City of Moorpark and all officers and employees thereof connected with the work, from all claims/suits or actions of every name, kind and description, brought for or on account of injuries to or death of any person or damage to property resulting from the construction of the work or by or in consequence of any negligence in guarding the work; use of improper materials in construction of the work; or by or on account of any act or omission by the Contractor or his agents during the progress of the work or at any time before its completion and final acceptance. 4. The duty of the Contractor to indemnify and save harmless, as set forth herein, shall include the duty to defend, as set forth in Section 2778 of the Civil Code, provided, however, that nothing herein shall be construed to require the Contractor to indemnify the city against any responsibility or liability in contravention of Section 2782 of the Civil Code, including any loss arising from a design defect which is the result of the sole negligence of the City. IN WITNESS WHEREOF, the City has caused its corporate name and seal to be hereunto subscribed and affixed by the Mayor and attested to by the City Clerk, both thereunto duly authorized, and the Contractor has hereunto subscribed this contract will inure to the benefit of any and all persons, companies and corporations entitled to file claim under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. IN WITNESS THEREOF, we have hereunto set our hands and seals this day of , 19_^. (Corporate Seal) And By Title (Corporate Seal) Please attach Notarial Certificates (Principal) By Title By Title PAYMENT BOND (Labor and Materials) KNOW ALL MEN BY THESE PRESENTS: WHEREAS, the City of California, a municipal corporation, (hereinafter "City") and "Contractor") have entered 19_, for work identified is hereby incorporated into (hereinafter into an Agreement dated , as Street_Sweepiing Services, which Agreement and made a part hereof; and WHEREAS, pursuant to California Civil Code Section 3247, et seq., said Contractor is required to furnish a payment bond; NOW, THEREFORE, we the Contractor, as Principal, and a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, as Obligee, in the sum of _ ( ), lawful money of the United States of America, said sum being not less than (50%) percent of the estimated amount payable by the said Obligee under the terms of the contract for which payment well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the said Principal, his or its heirs, executors, administrators, successors or assigns, or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender or other supplies or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, fails to pay to any of the persons named in Section 3181 of the Civil Code or fails to pay for amounts due under the Unemployment Insurance Act with respect to such work or labor performed under said Agreement or for any amount required to be deducted, withheld and paid over to the Employment Development Department for the wages of employees of the Contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor the surety hereon shall pay for the same in any amount not exceeding the sums specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the surety shall pay a reasonable attorney's fee to be fixed by the court. This bond this day of , 19__,. CONTRACTOR Title And by Title C O N T R A C T O R (corporate sea]) CITY OF MOORPARK, CALIFORNIA a municipal corporation MAYOR ATTEST: CITY CLERK PROPOSER'S QUESTIONNAIRE This proposal shall NOT be complete unless all the information requested in this questionnaire is provided by the proposer and is submitted with the proposal. Statements MUST be complete and accurate. Omission, inaccuracy, or misstatement may be cause for rejection of a proposal. By submission of a proposal, the proper acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in this questionnaire, and authorizes the release of City of any and all information sought in such inquiry or investigation. PROPOSER 1. Name of Proposer Z. Address of Proposer 3. Proposer intends to operate the business with which this proposal is concerned as a Sole Proprietorship ( ); Partnership ( ); Corporation ( ); Joint Venture ( ); or Explain: 4. I/We hereby submit this proposal consisting of pages and pages of exhibits or attachments prepared by proposer. I/We have read all proposal documents and submit this proposal along with the enclosed certified or cashier's check made payable to the City of Moorpark in the amount of $5,000.00. Signature SOLE PROPRIETORSHIP STATEMENT If a Sole Proprietorship, furnish the following: 1. 2. 3. 4. 5. Name in full _ Address Birthdate Social Security State Driver's No. License No. Place of Birth PARTNERSHIP STATEMENT If a Partnership, answer the following: 1. Date of organization 2. General Partnership ( ) Limited Partnership ( ) 3. Statement of Partnership recorded: Yes ( } No ( ) Date Book Page County 4. Certificate of Limited Partnership recorded: Yes ( ) No ( ) Date Book Page Has the partnership done business in Ventura County? Yes ( ) No ( ) Explain: County 6. Name, address, and partnership share of each general partner: Name Address Share 7. Furnish the birthdate, place of birth, Social Security No., and State driver's license number of each person shown above. 8. Attach a complete copy of Partnership Agreement. 9. Is the partnership now involved, or has it been involved, in any business enterprise whatsoever? If so, give full details: CORPORATION STATEMENT If a corporation, answer the following: 1. When incorporated? 2. Where incorporated? 3. Is the corporation authorized to do business in California? Yes ( ) No ( ) If so, as of what date? 4. The corporation is held: Publicly ( ) Privately ( ) 5. If privately held, provide the following: Name Address % of Stock Owned 6. If publicly held, how and where is the stock traded: 7. List the following: Authorized Issued Outstanding (a) Number of voting shares: _ (b) Number of non -voting shares: _ (c) Number of shareholders: (d) Value per share of Common Stock Par $ Book $ _ Market $ — --- 8. Furnish the name, title, address, and the number of voting and non -voting shares of stock held by each officer, director and any person holding more than 10% of the outstanding stock. 9. Furnish the birthdate, place of birth, Social Security No. and State driver's license number for each person under Item No. 5 above. 10. Is the corporation now involved, or has it ever been involved, in any business enterprise whatsoever? Is so, attach full details. JOINT VENTURE STATEMENT If a Joint Venture, answer the following: 1. Date of organization 2. Joint Venture Agreement or Statement recorded? Yes ( ) No ( ) 3 4 Date Book Page Has the Joint Venture done business in Ventura County? Yes ( ) No ( ) When? _ Name and address of each Joint Venturer: Name Address County If a Joint Venturer is a Partnership or Corporation, complete pages or as applicable. 5. Furnish the birthdate, place of birth, Social Security No. and State driver's license number for each person shown under Item No. 4 above. 6. Attach a complete copy of the Joint Venture Agreement. 7. Is the Joint Venture now involved, or has it ever been involved, in any business enterprise whatsoever? If so, give full details: FINANCIAL DATA FINANCIAL STATEMENT Attach a complete report, prepared in accordance with acceptable accounting practice, reflecting your current financial condition. The report must include a balance sheet and income statement. Be prepared to substantiate all information shown. SURETY INFORMATION Has any surety or bonding company ever been required to perform upon your default? Yes ( ) No ( ) If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance. BANKRUPTCY INFORMATION Have you ever been declared bankrupt? Yes ( ) No ( ) If Yes, state date, court jurisdiction, amount of liabilities and amount of assets. PENDING LITIGATION Provide detailed information regarding present or threatened litigation, liens, or claims involving any participant in the proposal. If there are none, state that there is no existing or threatened litigation, lien or claims against any participant in the proposal. EXPERIENCE STATEMENT Enumerate in detail the duration and extent of your business experience with special emphasis upon experience with business of the type to which this proposal relates. Also enumerate in detail the pertinent experience of all persons who will be directly involved in development and management of the business to which this proposal relates. Please provide any other information which you feel will be helpful in evaluating your ability to successfully operate the business. EQUIPMENT s-rATEMENT List all equipment you own which will be used to perform requested work. REFERENCES List three (3) persons or firms with whom you have conducted business transactions during the past three years. At least two of the references named are to have knowledge of your debt payment history. List three (3) additional persons who have knowledge of your personal history and professional experience. REFERENCE NO. 1 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. REFERENCE NO. 2 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. REFERENCE NO. 3 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. REFERENCE NO. 4 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. REFERENCE NO. 5 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. REFERENCE NO. 6 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.. CITY OF MOORPARK COMMUNITY SERVICES DEPARTMENT AGREEMENT FOR PERFORMANCE OF STREET SWEEPING SERVICES This Agreement is entered into this _.� day of 19 by and between , hereinafter referred to as "Contractor" and the City of Moorpark, a chartered city of the State of California, hereinafter referred to as "City." The term "Contractor" as used in this agreement shall mean the contractor, his agents, servants, employees, representatives, subcontractors and joint ventures. 1. WORK TO BE PERFORMED. Contractor shall perform the street sweeping services as set forth in the "STREET SWEEPING SPECIFICATIONS FOR ALL DESIGNATED AREAS" (Exhibit "A" attached hereto and made a part hereof) in accordance with and as specified in this Agreement, which Exhibit is hereby made a part hereof as though fully set forth herein. 2. PLACE OF PERFORMANCE. Contractor shall perform all required services at the places specified in the above -mentioned Exhibit. 3. CHANGES IN WORK TO BE PERFORMED OR PLACES OF PERFORMANCE. City may make changes in the work to be performed, or place of performance or both, by giving written notice to Contractor of the effective date of any such change. In the event that City makes a change or changes pursuant to this paragraph, the matter of any increased compensation that may be due to contractor shall be negotiated between the parties and will be based in part on similar bid situations in the contract, if such situations exist. Any reduction in compensation shall be by the specific bid amount currently in the contract for that site. 4. STATE LICENSE. The Contractor shall be properly licensed in accordance with the laws of the State of California for street sweeping services. 5. RECORDS. The Contractor shall keep accurate financial and time records concerning all work or operations performed under this Agreement and provide the City with names, addresses and telephone numbers of appropriate persons to be called in time of emergency. 6. MEETINGS. The Contractor shall meet with the Director of Community Services, or a designated representative thereof, on an as needed basis to review Contractor's performance under this Agreement and to discuss any problems or matters of concern as determined by the City. 7. REPORTING REQUIREMENTS FOR HAZARDS, DEFECTS, SPECIAL MAINTENANCE, EMERGENCY MEASURES. Contractor shall notify City immediately of any hazardous conditions or defects on, in, or affecting the use of City property that would reasonably be found or become known during the performance of work or operations under this contract. Contractor shall notify City promptly of any specific maintenance items which are known to Contractor and which require correction by City personnel because the same are items not within Contractor's maintenance responsibilities under this Agreement. When any hazardous condition, defect, or other situation requiring immediate maintenance attention is observed, Contractor shall take reasonable steps to alleviate any immediate hazard, defect, or danger and then, or concurrently, promptly notify the City and any appropriate authorities. 8. FAITHFUL PERFORMANCE BOND. Contractor shall provide the City with a faithful performance bond, or other security for performance in a form acceptable to City, in City's sole discretion, in an amount equal to one hundred percent (100%) of the contract amount, said bond or other security to remain in full force and effect for the duration of this Agreement and for sixty (60) days from the termination of this Agreement. This security shall guarantee faithful performance by the Contractor of all of Contractor's obligations and responsibilities under this Agreement. WORK DEFICIENCIES AND CORRECTIONS. All work deficiencies of Contractor shall be corrected within twenty-four (24) hours of notification from City. Failure to comply within twenty-four (24) hours may, in City's sole discretion, result in action being taken by the City, including, but not limited to, correcting the deficiency and in the subtracting of any associated costs incurred thereby from the total monthly compensation due Contractor, deletion of site(s) from contract and/or, in the sole discretion of the City, in the termination of this Agreement. 10. COMPENSATION. A. Curb Mile Compensation. The total curb mile compensation payable to Contractor for performance of maintenance services pursuant to this Agreement shall be $ per curb mile. B. Cost-of-LivingIncrease: On July 1, 1990, and on July 1 each succeeding year during the life of a contract, the contract price shall be adjusted upward or downward in an amount equal to a cost -of -living increase equal to (4/5) of the percentage change in the All Urban Consumers Price Index in the Long Beach, Los Angeles Metropolitan Area for the period herein specified. C. Additional Work. Any additional work to be done by Contractor shall be authorized in writing by the City's Director of Community Services and shall be performed by the Contractor at a rate of $ per hour, plus actual material costs. Material costs shall be determined based on actual invoices submitted by suppliers. D. Manner and Time of Payment. Payment shall occur during the month following service. Within ten (10) calendar days after the end of each month, Contractor shall submit to City an invoice for actual curb miles of street sweeping performed. 11. SATISFACTION OF CITY. Maintenance services performed by Contractor shall be performed to the satisfaction of the Director of Community Services, or a designated representative thereof herein sometimes referred to as "Maintenance & Operations Supervisor." 12. AUTHORITY OF THE DIRECTOR OF COMMUNITY SERVICES. The Director of Community Services, under direction of the City Manager, shall have the authority to take such action or issue such directions to the Contractor as deemed reasonably necessary to administer the contract. The Director of Community Services shall also have the power to make other decisions and determinations as provided in this Agreement. All instructions, rulings and decisions of the Director of Community Services shall be final and binding. 13. TERM OF AGREEMENT. The term of this Agreement shall be from 1989 to and through , 1994, unless this Agreement is terminated sooner for cause or as elsewhere provided in this Agreement. 14. CONTRACTOR IS AN INDEPENDENT CONTRACTOR. The parties intend that the Contractor in performing the services herein specified shall act as an independent contractor and shall have control of his work and the manner in which it is performed. Contractor is not to be considered an agent or employee of the City, and is not entitled to participate in any pension plans, or similar benefits, including workers' compensation, that City provides for its employees. 15. MINIMUM LIABILITY AND INSURANCE. A. Liability. Contractor shall take all precautions necessary for the safety of and prevention of damage to property on or adjacent to the work site, and for the safety of and prevention of injury to persons, including City employees, Contractor's employees, and third persons, on or adjacent to the work site. All work shall be performed according to law and entirely at Contractor's risk. B. Hold Harmless and Indemnification. To the fullest extent permitted by law, Contractor expressly undertakes to and shall defend, indemnify and save City, its officers, agents and employees free and harmless from and against any and all claims, demands, damages, actions, expenses, suits, liabilities, or proceedings and other costs, including attorney's fees, arising out of or in connection with any act, omission, work, duties, operations or negligence of Contractor or any of Contractor's contractors, agents, servants, employees, sublessees, or assignees arising out of any incident, injury, or damage whatsoever caused or occurring to any person or property on or arising out of the Contractor's performance under this Agreement. Without limiting the generality of the foregoing, the foregoing shall specifically include the obligation to defend, indemnify and save harmless City, its officers, agents, employees, or independent contractors, even if the claim, suit, action, expense, accident, injury, or damage has been caused partially by what may be characterized as, constitute, or be the equivalent of independent or passive negligence in any proportion, whether partial, concurrent or otherwise, on behalf of the City, or any of its officers, agents, employees, contractors or subcontractors. Moreover, Contractor hereby agrees to defend, indemnify, and save the City, its officers, agents, employees, and independent contractors harmless from any and all claims, demands, damages, actions, expenses, attorney's fees, and other costs that may arise out of or in connection with any failure of Contractor of any subcontractor to take out or maintain such insurance or the insurance referred to in this Agreement. C. Insurance. During the term of this Agreement, Contractor shall maintain, keep in force and pay all premiums required to maintain and keep in force the following insurance: (1) Public Liability_ ,knd__Propert Damage. Contractor shall maintain non -assessable public liability and property damage Insurance at all times during the term of this Agreement from a company or companies that are California admitted carriers with a 1988 Best's Key Rating Guide of "A:6" or better. It is hereby agreed and understood that the City of Moorpark and all officers, agents, and employees of the City of Moorpark are to be named as additional insureds with regard to any and all claims, demands, damages, actions, attorney's fees and liability arisini(j out of work, duties, or operations performed or omitted by Contractor, its officers, agents, employees, independent contractors, and subcontractors under this Agreement, and whether caused by the sole or active negligence of the City, its officers, agents, servants, employees or independent contractors, or any passive negligence, in any proportion, of City, its officers, agents, employees or independent contractors. This insurance coverage shall be and shall state that it is primary with respect to all other insurance coverage or retention limits of the City of Moorpark, its officers, agents, and employees, and that such other insurance that may be carried by City shall be excess thereto. Such insurance shall be on an "occurrence" and not a "claims made" basis and shall not be cancellable or subject to reduction except upon thirty (30) days prior hand -delivered written notice to the City Manager. Work, duties, or operations by Contractor shall not commence until appropriate certificates of insurance (and copies of the policy or policies) have been presented to the City showing that all required insurance is in full force and effect. Notwithstanding any disclaimer or provision to the contrary relief upon by such carrier, issuance of such certificates of insurance and/or policies shall constitute a certification by the carrier(s) that a duly authorized representative of the carrier(s) issuing the insurance required hereunder has read the insurance requirements of this Agreement, that the provisions of this Agreement are controlling, and that said insurance meets all of the requirements set forth in this Agreement. All requirements herein provided shall appear either in the body of the insurance policies or as endorsements and, whether or not contained herein, shall specifically bind the insurance carrier. Said insurance shall provide coverage of no less than $1,500,000 for each person injured, $1,500,000 for any one accident, and $500,000 for property damage. If said insurance should, at any time, cease to be in full force and effect, Contractor's use of the subject premises shall cease until such insurance or its equivalent is restored to the full satisfaction of the City Attorney. D. Workers' Compensation_ Insurance. Contractor shall maintain Workers' Compensation Insurance for all its employees during the life of this Agreement. Such insurance shall comply with all applicable State laws. Contractor shall provide City with a Certificate of Insurance showing proof of insurance acceptable to City. 16. PERMITS. The Contractor shall obtain and, when requested, provide verification of any and all permits necessary to do the work required under this Agreement. 17. CONTRACTOR'S RESPONSIBILITY FOR COMPLIANCE. Contractor shall at all times observe and comply with, and shall cause all of his agents, employees and subcontractors to observe and comply with, all applicable existing and future laws, ordinances, regulations, orders and decrees of all public authorities having jurisdiction over any operations under this Agreement. 18. NOTICES OF PAYMENTS. Any notice of payment to be given or made pursuant to this Agreement, including a notice of change in the address to which notices or payments are to be sent, shall be given by personal delivery to the other party or by mail addressed as follows: TO CONTRACTOR: TO CITY: DIRECTOR OF COMMUNITY SERVICES City of Moorpark 799 Moorpark Avenue Moorpark, CA 93021 All notices shall be in writing. All payments shall be made by check or warrant. Notices given or made by mail shall be deemed given or made upon deposit of the notice, postage prepaid, in the United States mail addressed in accordance with this paragraph, or to such other changed address as to which notice has been given pursuant to this paragraph. 19. MODIFICATION OF AGREEMENT. Except as expressly or otherwise provided, this Agreement may be amended only by the mutual consent of the parties hereto, in writing. 20. COVENANTS AND CONDITIONS_. Each term and each provision of this Agreement shall be construed to be both a covenant and a condition. 21. WAIVER OF COVENANT OR CONDITION. One or more waivers of any breach of any covenant or condition shall not be construed as a waiver or a subsequent breach of the same or any other covenant or condition. 22. EN_TIRE AGREEMENT. This Agreement comprises the entire Agreement of the parties hereto and no obligations other than those set forth shall be recognized. 23. _ASSIGNMENT. Any assignment of the rights or obligations under this Agreement without the prior written consent of the City is prohibited and shall be null and void. 24. TERMINATION OF AGREEMENT. This Agreement may be terminated by City, with or without cause, at any time, in City's sole discretion, by giving thirty (30) days' written notice to Contractor, which notice shall terminate this Agreement on the thirtieth (30th) day after the giving of such notice or at such later time as may be specified in said notice. In the event of termination pursuant to this paragraph, Contractor shall be entitled only to payment for work performed to date, based on appropriate proration of the yearly rate, or, in the event termination is for cause, to such amount as may be appropriate in accordance with applicable laws. 25. PREVAILING WAGE RATE. Contractor shall pay all street sweeping operators no less than the prevailing wage determination made by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773.1. DATED: ATTEST: City Clerk APPROVED AS TO FORM: City Attorney CITY OF MOORPARK in City Manager CONTRACTOR: By: President By:� Secretary STREET SWEEPING AGREEMENT THIS AGREEMENT, made and entered into this day of , 19_, by and between the CITY OF MOORPARK, CALIFORNIA, a municipal corporation, hereinafter referred to as "City," a n d _-_— hereinafter referred to as "Contractor": W I T N E S S E T H: THE PARTIES HERETO DO AGREE AS FOLLOWS: SECTION 1. Contractor, in consideration of the promises of the City, hereby agrees to furnish all tools, equipment, labor and materials necessary to perform and complete, in a good and workmanlike manner, the landscape maintenance in strict accordance with the Bid Documents, General Conditions, and Special Provisions, of the City of Moorpark, which are hereby made a part of this Agreement. SECTION 2. The term of this Agreement shall be for a period of sixty (60) months, commencing on the date contractor commences work pursuant to SECTION 4 herein. During the term, the Agreement may be terminated pursuant to SECTION 24 of the Agreement For Performance. SECTION 3. In consideration of the performance of this Agreement, the City agrees to pay to Contractor, and Contractor agrees to accept full satisfaction for the work done hereunder, by payments in accordance with the following schedule: Payment to Contractor will be on a monthly basis upon satisfactory completion of the work and presentation of a monthly statement to the City. See Paragraph IOD of the Agreement For Performance. SECTION 4. The Contractor shall commence work under this Agreement on , 1989. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as if the date hereinabove specified. CITY OF MOORPARK, CALIFORNIA CONTRACTOR A MUNICIPAL CORPORATION By MayorATTEST: City Clerk By--- Title— And by Title (Corporate Seal) Notarial Certificate Attached CITY OF MOORPARK STREET SWEEPING SPECIFICATIONS FOR ALL DESIGNATED AREAS GENERAL CONDITIONS 1. Description of Moorpark Street__yem: For the purpose of these specifications, the Moorpark Street System shall consist of all dedicated streets within the corporate limits of the City of Moorpark and a portion of State Hwys. 118 & 26 and other areas as defined herein. The City has approximately 102.5 miles of residential streets and 12.2 miles of State Highways. In addition, the contractor will also sweep the Community Center parking lot (approximately 20,000 square feet), one parking lot at North Meadows Park and two parking lots at Peach Hill Park and clean one parade route per year, as directed by the City Manager or his designee, which shall be considered as included in the bid price for other items of work, and no additional compensation will be allowed therefor. a. The term debris shall mean all materials normally picked up by a mechanical sweeper, such as sand, salt, paper, cans, and other materials. It alsc will include large items such as large stones, tree limbs, wood, cable, and other such materials in the areas to be swept that can be picked up and put into the sweeper by ono person. b. The term street shall mean the paved area between the normal curb line of a roadway whether an actual curb line exists or not. It shall not include any ways that would cause damage to the equipment used. It does not include sidewalks or areas adjacent to the roadway. 2. Frequency of Sweeping: The entire Moorpark Street System shall be swept at the following frequency unless amended pursuant to Section II A 9. Period Frequency Est No. of Sweeps Est_ Miles Annually Weekly sweeping 52 St. Rt. 2.2 Res. St. 7.8 Bi-weekly (once 26 St. Rt. 9.9 every two weeks) sweeping Res. St. 94.6 ESTIMATED TOTAL PER YEAR 78 TOTAL 114.5 Other Areas: Weekly - Community Center Parking Lot Bi-weekly - Peach Hill and North Meadows Parking Lots Once per year - A Parade Route 3. Operations: The street sweeping methods and procedures used by the contractor shall be consistent with the current standards in the industry and shall be subject to the approval of the Director. The methods and procedures to be used shall be set forth in the contractor's propo-_cal. 4. Laws and Regulations: The contractor, his agents and employees shall keep fully informed and comply with all of the laws, rules and regulations of the State of California, County of Ventura, City of Moorpark, which may in any manner effect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 5. Schedule and Routes: Street sweeping routes and schedules shall be developed by the contractor and shall be subject to the approval of the Director. Said schedule shall be consistent with the Basic Street Sweeping Schedule map contained herein (Fig. 1) or as may from time to time be amended. 6. Hours of Operations: Hours of operation will be subject to the approval of the Director. 7. Sweeping Vehicle Speed: Street sweeping speed shall not exceed the manufacturer's recommendations for the sweeper and/or the speed for good street sweeping practice as determined by the Director. In any event, vehicle speed shall not exceed eight (8) miles per hour during sweeping operations. The City may require the installation of sweeping speed monitoring devices to record actual vehicle speed during sweeping. 8. Environmental Standards: The contractor shall comply with all state, county, and city laws, ordinances and regulations governing noise and smog emissions and proper handling and disposal of all sweeping debris. 9. Safety_: The contractor shall comply with all state, county and city safety standards and regulations. All safety defects disclosed by any governmental official shall be corrected by the contractor within two weeks of notification of said defect. 10. Water: The contractor shall make his own arrangements for water for use in street sweeping operations to maintain a near dustless condition and bear all costs for same. 11. Disposal of Refuse: Option 1:The contractor shall, dispose of all refuse collected by hauling same by sweeping unit to a legally established landfill site approved by City. The City shall pay for the disposal fees, at the current cost per ton, billed directly to the City by the landfill operator. The contractor shall supply the City with copies of all disposal tickets with each monthly invoice. The contractor must supply verification that the debris was generated from this sweeping contract. Option 2:Temporary sites may be established by the contractor for street sweeping debris. All sites must have the written approval of the City and must not exceed two (2) sites. Temporarily stockpiled debris shall be deposited into rolloff containers and hauled directly to the established landfill site approved by City. Costs for disposal shall be billed directly to the City. Temporary sites must be kept in a clean, neat and sanitary condition. 12. Quality of Work Performed: All work performed on this contract shall be consistent with the standards set forth by the American Public Works Association general street sweeping practices. All streets will be free of litter, sand, gravel, dirt and vegetation debris. Medians will be swept with the flow of traffic and will be cleaned whether curbed medians or painted. All median ends (bull nose) will be swept. Intersections and cross gutters will remain generally free of any debris build up. Contractor will be required to clean any sweeping debris requiring up to three (3) normal sweeping passes. Any debris, whether contractor generated or created by an "act of God" that is not sweepable must be immediately reported to the Director of Community Services. Contractor will be required to utilize steel "vertical digger" type curb brushes to remove any build up of weed growth in gutters. 13. Equipment: a. General: The type of street sweeping equipment used by the contractor shall be consistent with the current standards in the industry and shall be subject to the approval of the Director. The equipment to be used shall be specified in the contractor's proposal. The Director, at his sole discretion may specify the use of either broom -type or vacuum -type sweeping equipment for the sweeping of all or any designated part of the Moorpark Street, System. R c uantit The contractor shall use and maintain a minimum of two (2) street sweepers; one (1) broom type and one (1) vacuum type machine in providing the services specified herein. Condition: All vehicles and equipment used to perform the services provided for herein shall be maintained in good mechanical condition. In addition, the following shall apply: (1) Equipment shall not be more than six (6) years old or verify evidence of remanufacture with a maximum limit of one remanufactured machine not to exceed a total of ten (10) years old; (2) Equipment shall be kept clean at all times; (3) Equipment shall be equipped with dual gutter brooms and a main broom (broom type equipment only) to sweep a minimum of a nine -fool:; path. (4) Mechanical brushes and brooms shall be maintained in proper condition and shall be replaced as recommended by the manufacturer or when pick-up ability becomes impaired. (5) All sweeping equipment must be accessible from contractors facility utilizing two-way radio or comparable communications equipment to insure adequate response time to communicated needs. (6) Safety devices required on all sweeping equipment shall consist of all California D.M.V. required safety devices, including safety back alarm and rotating/strobe flash warning lights. These devices must be in good working order at all times. 14. Inspection: All equipment shall be subject to inspection by the Director at any time. 15. Reserve: The contractor shall have available at least one back-up street sweeper to be used in case of equipment failure. 16. Man ower a. (Qualifications: The contractor shall employ competent and experienced drivers and mechanics for the performance of this contract. b. Appearance: Drivers and other agents of the contractor shall be in uniform or other, suitable clothing as approved by the Director while providing the services provided for herein. C. Drivers License: All drivers shall have a valid California Drivers License of the class required for the equipment operated. d. Reserve: The contractor shall have available sufficient back-up manpower to perform the services provided for herein. 17. Contract Administration a. Inspection: All work performed pursuant to this contract is subject to inspection by the Director or his agent. Areas found to be unsatisfactory shall be re -swept. No payment shall be made for such re -sweeping. b. Verification: At the discretion of the Director, the City may require the installation of special odometers, time clocks or vehicle speed monitors to verify the quality and quantity of the work performed. C. Complaints: On each day street sweeping services are provided, the contractor's agent shall be verbally informed of any inquiries/complaints. Said agent shall personally investigate all complaints received; and, within twenty-four (24) hours of the receipt of each complaint, agent shall report to the Director action taken relating thereto. No payment shall be made for any re -sweeping necessary to solve a complaint. d. Monthly Report: The Contractor is required to keep a daily log of streets swept. Said log shall state the name of the streets and the number of curb miles swept. Each month a Monthly Report shall be prepared from the daily log. Said report shall be submitted to the City with the monthly invoice for sweeping services. 18. Business License. The Contractor shall procure all permits and City Business licenses, pay all charges and fees, and give all notices necessary to the due and lawful prosecution of the work. 19. Call -Backs. Whenever, in the opinion of the Director of Community Services, a section of street is inadequately swept, the Contractor shall, within 24 hours after notification, re -sweep the section in question and shall forfeit as a penalty Fifty Dollars ($50) for each curb mile that is inadequately swept. 20. Extra Work and Special Work. The Contractor shall specify in his bid the cost per curb mile for extra work added to the regular schedule during the year and the cost per hour for special work of an extraordinary nature, including but not limited to construction spillage and parades, which may require sweeping services during the year. 21. Traffic Counters. The Contractor• is cautioned that at various times and locations, the City will temporarily install portable traffic counters which utilizi� a hose placed in the roadway. Notification of such an installation will be given the Contractor or his operator a minimum of two (2) days prior to installation. The notification will set the hour and date of installation and duration of time the instrument will be in place. If, after proper notification, the Contractor's equipment causes damage to such a counter, or its appurtenances, he shall bear the entire costs of restoration, repair, testing or replacement of the traffic counter. 22. Mileage Indicators. All self-propelled sweepers used by the Contractor in the performance of this work shall be equipped at the Contractor's sole expense, with a device which registers accumulated mileage only while the brooms are engaged in sweeping. 23. Holidays and Inclement Weather. When inclement weather in the opinion of the Director of Community Services, 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 the following one week period from the date 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. As to holidays, when any holiday or observance as specified in the Government Code of the State of California occurs on a regular scheduled sweeping, area shall be swept within two (2) days from the regularly scheduled sweeping day without interruption in the regular sweeping schedule. In the event the Contractor is prevented from completing the sweeping as provided in the schedule because of reasons other than inclement weather, he shall be required to complete the sweeping I services so deferred prior to the next regular scheduled date, or give the City credit for the curb miles of work not so performed. The Contractor may be required to submit reports as requested by the Director of Communitv Services concerning sweeping schedules and other related matters.