Loading...
HomeMy WebLinkAboutHunters Services 2023-10-11 COU No. 2324-110 AGREEMENT FOR PEST CONTROL SERVICES This Agreement, made and entered into this 11th day of October, 2023 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Hunters Services, a corporation, organized and in good standing under the laws of the state of California, hereinafter referred to as "Contractor". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to providing pest control services at various locations. b. Contractor represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Contractor agree upon the Scope-of-Work attached hereto as Attachments A, B and C. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Exhibit 1). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachments A through C. 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Contractor. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Contractor shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within three (3) years from receipt of the Notice to Proceed. Contractor shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Contractor contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Contractor shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of$40,000. Charges shall be based upon billing rates per Attachment B which shall include all indirect costs and expenses of every kind or nature. PAGE l OF 8 COU No. 2324-110 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Exhibit 1 and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-contractors or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-contractors shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Contractor for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Contractor, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONTRACTOR 5.1 Independent Contractor. Contractor is an independent contractor and is solely responsible for its acts or omissions. Contractor (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Contractor is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Contractor under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Contractor and City. Contractor shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Contractor agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Contractor, including the legal costs associated with defending against any audit, claim, demand or lawsuit. Contractor warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. PAGE 2 OF 8 COU No. 2324-110 5.2 Conflict of Interest. Contractor understands that its professional responsibility is solely to City. Contractor has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Contractor shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Contractor has a disclosure obligation under the City's local conflict of interest code, the Contractor shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Contractor's obligations arising under Paragraph 6.2 Contractor shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate PAGE 3 OF 8 COU No. 2324-110 such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Contractor, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, hired or borrowed by the Contractor for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Contractor's performance of the work, pursuant to this Agreement. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers PAGE 4 OF 8 COU No. 2324-110 Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Contractor shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Contractor begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Contractor fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Contractor that City has paid the premium. G. Subcontractors Contractor shall include all subcontractors or sub-contractors as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-contractor. All coverage for sub-contractors or sub-contractors shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Contractor agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Contractor in the performance of services under this contract by Contractor, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, contractors, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Contractor, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Governing Law. Contractor shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by PAGE 5 OF 8 COU No. 2324-110 California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.2 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.3 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.4 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.5 Assignment. Contractor's services are considered unique and personal. Contractor shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.6 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.7 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Contractor for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Contractor was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Contractor. City shall pay the Contractor only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Contractor shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Contractor under this Agreement. Contractor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to offset for any direct or consequential damages City may incur as a result of Contractor's breach of contract. 7.8 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 8.0 NOTICES All notices and any other communications permitted or required under this Agreement must be in writing and will be effective (a) immediately upon delivery in person or by facsimile, or upon delivery to the recipient if communicated by or attached to an email communication; (b) on the date of delivery, as evidenced by the records of the courier, if deposited with a nationally-recognized commercial courier for overnight delivery, provided delivery is made during regular business hours or receipt is acknowledged by a person reasonably believed by the delivering party to be employed by the recipient; or PAGE 6 OF 8 COU No. 2324-110 (c) on the date indicated on the return receipt, if deposited with the United States Postal Service, certified mail, return receipt requested, postage prepaid. All notices must be properly addressed and delivered to the parties at the addresses set forth below, or at such other addresses as either party may subsequently designate by written notice given in the manner provided in this section and a copy of all notices and other communications shall be delivered by email. CITY OF UKIAH HUNTERS SERVICES DEPT. OF PURCHASING JUAN GARCIA, OFFICE MANAGER 300 SEMINARY AVENUE 2555 ZANELLA WAY, SUITE A UKIAH, CALIFORNIA 95482-5400 CHICO, CALIFORNIA 95965 Email: ❑urchasing(cDcityofukiah.cam Email: ivan@hunterservices.com hunterservices.com 9.0 SIGNATURES 1 N WHEREOF, the parties have executed this Agreement the Effective Date: CONT OR BY: I�) - l2 ` Z 0`2-3 Date PRIN N AME: CA A` IRS IDN Number CITY OF UKIAH BY: SS� Oct 13, 2023 SAGE SANGIACOMO Date CITY MANAGER ATTEST Kristine Lawler(Oct 13,2023 16:27 PDT) Oct 13 2023 CITY CLERK Date PACE 7 OF S COU No. 2324-110 Attachment A— Scope of Work 1. All maintenance visits for the treatments shall be performed by scheduled appointments. With exception to the Civic Center, Civic Center Annex and Ukiah Valley Conference Center, treatments will most often be scheduled during the City's normal working hours of 8:00 a.m. to 5:00 p.m. Monday through Friday, excluding regular scheduled City holidays. However, the City reserves the right to require after hours treatment at any of the locations when treatment cannot be conducted during normal business hours due to use or activities that the City feels would be negatively impacted. Service treatments for the Civic Center, Civic Center Annex and Ukiah Valley Conference Center shall be performed by scheduled appointments that will not begin earlier than 5:30 p.m. Monday through Friday. NOTE: The Public Safety side of the Civic Center is occupied 24 hours a day. Contractor shall fill out a detailed checklist for each site on each visit. Completed checklists shall be returned to the designated responsible City employee for each area of service. 2. This agreement shall include: a. Quarterly service on outside perimeter of all buildings/equipment and inside buildings as specified and agreed upon with the City. b. All work fully guaranteed between regular services at no extra cost to the City. c. The City of Ukiah has the right to cancel quarterly service for any location for any period of time. If quarterly service is cancelled by the City, the contractor's guarantee for the cancelled location will be suspended until such time the City elects to resume service. d. The Contractor will allow the City to add additional facilities to the regular quarterly service agreement at a quarterly treatment cost equivalent to the rates established in the original agreement for a similar facility. (Contractor and City must mutually agree in writing to the addition and rates). e. Chemicals used are safe for human exposure. 3. All work must comply with the City's Integrated Pest Management Policies, provided as Attachment C. 4. All equipment, tools and chemicals, etc. required to perform the service shall be provided by the contractor. Chemicals used must be safe for human exposure. MSDS sheets shall be provided to the City upon contract signing. 5. Pest Control Service to include insects such as ants, earwigs, sow bugs, roaches, spiders, bees, boring bees, wasps, as well as rodent control, including mice, rats, gophers, squirrels and moles. 6. Locations and Pricing: See Attachment B. Please note, that all locations are based on quarterly visits. 7. TROUBLE CALL SERVICE: Should the City request the contractor to correct a pest problem at another City facility not currently covered under this contract, the City shall be responsible for the trouble call service charge. 8. EMERGENCIES: 24 (twenty-four) hour response time. PAGE R OF 8 ATTACHMENT B-PEST CONTROL LOCATIONS AND PRICING Locations Address Outdoor Indoor Quarterly Pricing Ukiah Sports Complex 905 City Well Road x $ 95.00 Ukiah Skate Park 1043 Low Gap Road x $ 90.00 Ukiah Municipal Pool 511 Park Boulevard $ 90.00 Day Camp 555 Park Boulevard $ 95.00 Vinewood Park 1260 Elm Street $ 95.00 Anton 506 Park Boulevard $ 95.00 Alex Thomas Plaza 310 S State Street $ 95.00 Observatory 407 Luce Street $ 95.00 Parks Maintenance 185 Mason Street $ 95.00 Ukiah Valley Conf Ctr 200 South School Street $ 95.00 Ukiah Civic Center 300 Seminary Avenue x x $ 105.00 Civic Center Annex 411 West Clay Street x x $ 105.00 Ukiah Train Depot 309 East Perkins x x $ 95.00 Probation Building 208 E Standley x x $ 95.00 Sub Station 743 South Orchard $ 95.00 Hydro Plant 11229 Lake Mendocino Drive $ 95.00 Corp Yard 11320 Airport Road $ 90.00 Additional Services Pricing Emergencies(1 hour response time.) $ 350.00 per hour Non-emergencies (4 hour response time.) $ 250.00 per hour Termite control (Civic Center Only) $ 4,241.00 per service ATTACHMENT C INTEGRATED PEST MANAGEMENT POLICIES FOR THE CITY OF UKIAH Revised May 7, 2003 CITY OF UIGAH INTEGRATED PEST MANAGEMENT POLICY Purpose To provide procedural guidelines for the management of various pest species in areas maintained by the City of Ukiah Parks Department. Definition Integrated Pest Management(IPM)is a pest management strategy that focuses on long- term prevention or suppression of pest problems with minimum impact on human health, the environment and non-target organisms. These strategies require the selection, integration and implementation of various pest control techniques considering the various economic, ecological and sociological consequences. Policy Goals It is the policy goal of the City of Ukiah, that these policies and practices concerning pest management remain active and ever changing based upon pest industry standards, community input, application limitations and staff recommendations. The City of Ukiah's general goals regarding our IPM program should involve the following: a. Provide training on a regular basis regarding IPM practices and techniques for all departments engaged in pest application use. b. Reduce pesticide use when appropriate, given the limitations of organic or manual eradication procedures. c. Establish and maintain pesticide use reports and record keeping to enhance employee training, community awareness and public safety. d. Continue City department inventory to determine what pest practices are being used and how to best coordinate safety programs for our employees. Procedures The following procedures for maintenance and application of pesticides shall apply to all Departments within the City of Ukiah . a. All departments that are involved with the IPM plan should establish a record- keeping system. b. The city will be responsible for providing training to appropriate personnel on how to recognize pests and how to cope with pest infestations. c. No pest application procedures can take place unless, the city employee applying the pest measures receives prior authorization from his or her Supervisor coordinating the pest eradication program in their division or department. Any 2 use of chemical controls must be justified and approved in accordance with these policies and practices. d. When applying herbicides in a park the subject area perimeter shall also be posted 24 hours in advance and postings shall remain for 24 hours after the spray application has been completed. The use and safety requirements associated with any chemical pesticide shall be in compliance with all state and federal regulations. e. Pesticides shall only be applied by certified applicators who have been trained in the application process, in accordance with the manufactures MSDS. Supervisors shall be responsible for providing safety training on the application of all pesticides used by the City of Ukiah. f. Records of all chemical applications shall be kept by each department for a period of two years and in conformance with MSDS requirements. All records shall be made available to the public and employees on a regular basis when requested. g. Mechanical means of weed abatement including use of discs, weed mowers, string trimmers, hoes, and hand pulling shall be used where appropriate Cultural and Biolo0cal Activities The City of Ukiah shall seek every opportunity to control weeds and minimize use of chemical herbicides through the following cultural and biological alternative methods: a. Providing conditions conducive to healthy plant growth. b. Modification of the environment to disrupt the pest cycle such as in alteration of irrigation times, frequency, amount and adjustments to mowing heights of turf. c. Provide conditions that allow for increase in populations of beneficial organisms. d. Use of"biological' or non-chemical pesticides. e. Selection of plant materials suited to the site. f. Selection of resistant plant materials. g. Systematic removal of problem plants and replacement with appropriate plant species. Planning and Design Activities During the process of acquiring open space, or other areas for city facilities, staff will , work diligently on landscape planning and design in order to limit pest habitats. Planning and design may involve: Suitable landscaping to prevent certain pests, rodents or weeds from becoming part of the environment. Design decisions and recommendations on land use shall focus on strategies that minimize pest infestations. City staff will work on plant selections and landscape configurations that provide for natural resistance to pests. In example, enhancing the use of mulching, mowing, screening and hand weeding can prevent many landscape pests. 3 Chemical Annlications Chemical weed abatement shall be conducted under the following criteria. a. Use of natural or organic pesticide alternatives(typically those which are derived from plants which have pesticidal properties). b. Use of"least-toxic" pesticides. c. Selection and use of traditional pesticides that provide acceptable control with consideration given to human health and environmental effects. SAecific Areas of Use The city has a limited base stock use of pesticides given the type of pests that have been identified by staff. Currently, three departments are involved with the use of pesticides or water base component products. The departments include the following: Utilities: a. Water Plant b. Waste Water Plant c. Electric substations Public Works: a. Airport(mostly controlled by mowing) b. Right-of-Way Locations c. Parking Lots d. Corporation Yard Parks&Community Services: Todd Grove Park McGarvey Observatory Vinewood Carpenter Alex Thomas Plaza Orchard Anton Stadium Oak Manor Civic Center Giorno Seminary Avenue Median Golf Course LDc/Pest Management Policy 4