HomeMy WebLinkAboutA8847 (B) - So Cal Land Maintenance IncSIGNATURE PAGE TO CONTRACT SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM
SPRINGS AND SO CAL LAND MAINTENANCE, INC.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below.
"CITY"
City of Palm Springs
Date: OG By:
Justin Clifton
City Manager
APPROVED AS TO FORM: ATTEST
By: l By:
Jeffrey S. Ballinger
City Attorney
APPROVED BY CITY COUNCIL:
Date. U�d 21 Agreement No.
APFhuvc.j ,1 / •_�; ! COUNCIL,
,gyj2D2( - Ta✓vHIV'1X�5
Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or
any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant
Treasurer, or Chief Financial Officer.
CONTRACTOR NAME:
0 CAL kml kw � A.l t%) eIS lrlCf .4kCheck one: Individual _ Partnership _X Corporation
Address
2M E Cy Mot �0 S(-1 4'—
ql7
2 p alp t0 Go iS`e 1
55575.18165\32899992.2
Revised: 5/1/201 g
Signature (Notarized) bv'� &'Mff—
CALWORIOA ALL4URPOSE ACKNOWLEDGMEOff CIVIL CODE § 1180
----m—t.«ac.a- ^.�c..r.� ... ... ...rsr-a�t„t,a*'Mpae
A ruRary public or other olfxa aon�letirp thin certiimrte vtaraiee oetfj lthe idsfiq► of thre indrridtnl who wlyped the
doaarteru to which this ceru o amached and not the auftdreas, aourayt or vab* of tfm domnerit
State of Califo rna
County of 6 -w ft
On 7744*, 6,p,, j �� r I�fore rrre. -a• r3 I% A r dl en % • - f h 1 t c
!Jests Here !insert A rrae and Title of the Officer
S-}=� p 1� er�-t rt CA u %' S r
A(wyW.VofV
-mac
who proved to me an the be= of aabufticiory evidence to be the pertsa *) wfroae'nsune(i) i`a*
sartracxtbed to the within natiumerd and adorowW99d to me that hehihLffl* executed the awns in
h=Aww hda ardhiNized capacdy(aeaj, and that bylIgl wkMes *mqnatum'Ts) onthe outurnerd the persor(aY.
BF the entity, upon behalf of Much the peraon(af acted. erm sited the vrdnrn nt
°i J. BHANDERI
Notary Public - California
I, • %'; Orange County
Commission # 2301888
My Comm. Expires Sep 14. 2023
Place Nuhzy Seat Above
I caw" under PENALTY OF PERJURY under the fawa
of the State of Catifomia that the foregoing paragraph
ra true and correct
VVrrMSS my hard and official aeaf.
-
Signv4me of Notary Putific
OP7113MAL
Though ffm secho n n apboniiii oomplei]ng Hus adkinrr lam can defer afteration of the doc nnent or
ffauddent raNidtadmi evR of fJbs form to an urw dwxW document
Deacnpbm of Attached Doou rent Atre4-L'
i'rtle or Type of Document Q 4' tAt vy t t e Dww,,rlt Date: A k • O 7 • %D �1
Nuntim of Pages 15 Signw(a) Other Than Flamed Above- '3 'k• P- . `I CA
CopacitKieO Chaiirned by Signer(a)
Sigma Name:
Mablic ats Officer — T@fe(ay
❑ Partner — ❑ Llnuted ❑ Genetat
❑ Indvrdnsl ❑ Attorney n Fad
❑ Tnratee ❑ C uwxkasrt or Conserves
❑ Other:
Signer to Representing:
3igner•a Name:
❑ Corporate Officer — Tftll*1:
❑ Partner — ❑ LoTvted ❑ General
❑ Indvidud ❑ A3tomey in Fact
❑ Trustee ❑ Quardan or Conwwvgdbor
❑ Other
Signer Is Representing:
&'014 National Ndwy Aaaocawww Nato mdNotmy.org • 1-800-LJS NOTARY 0 4N)0-8784M27) [tern #5907
19
CALIFORNIA ALL- RMPfiSIE ACIUIOVfiJMGMEKT CML CODE f 1180
<,.................c:,a`<.e:..C.,t. ,C,.s,<x�.xs. �»_•.m r�r�w�.n,ac ,.�e,sm ax. �. «<,c�,z;�,i, fir. t� n...,..,. n._...,�n,.n.a .oa,o. _n_..
A rweSy puhfc or other olticer ootr�fetietg tea oartifit�s rH� Lady ttr � at the ndivi3tpf atn aigrrsd the
doomw a to which this certdeate is amad ed. and not the vuftdr�x sower* or va l ft of that dDouaw rt
state of fu5famias )
County of b-a-44'n 1-L )
on ," p2-y j t 'l before me. z TA 1y% A 1^ a ie , P-i 0 4,G r �
Date Mare Amert Akme and Tree of go Mow
pars nw* appesned (k3L i n 'SN aU Ce 4-4 e
of
who proved to me an the bum of aetisfadnry evidence to be the pe aonM whose name(* %�wp
admcrked to the wilhin k1shu nerd and aclmovdedged to me that hsfahjllt* exec Led the acme in
h."Aft- mtD--d aepaety[a&a and that by L-ftF tWir a e(s/an the .trtanerd the persar*W
or the entity upon behalf of wh ch the penoc gO actedk ememded the irmtnunerrt-
I certify under PENALTY OF PBUURY Larder the nwa
of the State of Ca6[orrria that the foregoing pur graph
is true sad correct.
J. BHANDERI VYf1Te=W my Ltd wW r Ta d a ma
Notary Public - California '
Orange County g;e
_ = = Commission K 2301889 Siqrnfimo of Allot y Ptmlic
My Comm. Expires Sep 14, 2023
Pfate Noftry Seal Above
0P11.110 lfAL
Though this sechan is cphorW complsft tfm wdbnrmfion ann dater Mhwm ian a7 nee document or
fiaudulertt rgaffoCftmerd of nris fam to an rmurlended doctanerrt
Description of Att H*W Doc anTAM A,,W e!'""P1 '}
Title or Type of entCA 3n Y Owyf t- C -- Document Dale: 0 GS -- Y4 • t.N Lj
u Nmber of Paigea- l n� 3igrer(a) Obw Than NWned Above_
Cagpecity0e* Clain by Signer(s)
Siww a Name_
❑ Caporate Officer — Titl*}_
❑ Psrkw — ❑ t urutad ❑ QOrVffef
❑ kwhiduw ❑ Atfomoy in FwA
❑ Tnxdoe ❑ Oumam or Conawvahw
❑ Other.
Signer Is Repr--Ilingg_
Signw'a Narre=
❑ Ccpamis O — Tom:
❑ Partner — ❑ Litmlad ❑ General
❑ Inchidusd ❑ Mtomay in Fad
❑ Trustee ❑ aUwdan or Corwervdor
❑ Other
Signer Is Reprwen&W
OY014 Natnrtic Notary A Kicmban • wwwldsbo mNWwy.org • 1 4MO-U3 NOTARY (14M4r/B-ti827) them OW
19
EXHIBIT "A"
SCOPE OF SERVICES
PURPOSE, SCOPE OF WORK, AND SPECIAL CONDITIONS:
A. SCOPE OF WORK: Assist the City's Contract Administrator or their designee, and the Palm Springs
Police Department with cleanup and removal of transient camps throughout the City, retrieval of
abandoned shopping carts, removal of items and debris dumped within the City limits, and maintain
seven (7) assigned street routes located within the City of Palm Springs by policing and litter pick-up
to include the removal of paper, glass, trash, vegetation, and other accumulated debris from City
streets, storm drains and right-of-ways. Right-of-ways is defined as begin 10 feet from the centerline
of road to the road edge in both directions. All routes should be completed one times each, during
each ten (10) business day work period. Perform a city-wide palm frond, tree limb and sand route
when directed by the City's Contract Administrator. The City of Palm Springs, does not allow the use
of Glysophates for weed abatement. All products used within city limits, must be non -toxic.
During normal work hours, respond within thirty (30) minutes to telephone requests from the City's
Contract Administrator or designee to remove debris or vegetation that is located in the streets or
right-of-ways from events such as traffic accidents, illegal dumping, paint, diesel and oil spills, downed
trees or limbs, vegetation, and rain and wind storms, transient camp cleanup (trash bedding and other
personal effects) as directed by City's Contract Administrator. The Contractor must be prepared to
respond to changing work assignments. (Example: being contacted to stop in the middle of a project
or task and redirected to respond to a request by the Contract Administrator, or their designee, to pick
up an abandoned mattress or appliance, etc., and then immediately return to the previous
assignment.)
Contractor shall maintain a log sheet of daily activities, hours worked and the specific locations of all
work activities, which will be turned into the City's Contract Administrator (log sheet will be provided
by the Contract Administrator) at the end of each work shift. All activities, tasks and duties performed
shall be entered into the City's work order system by Contractor throughout the day, as tasks are
completed and GIS locations provided when possible. Contractor shall provide smart phone, tablet, or
similar device capable of entering, viewing, printing, processing and completing work orders. A cell
phone number, for all Supervisors and Lead Workers is required, as well as full list of Contractors
personnel available for emergency after-hours needs, shall be provided on a quarterly basis.
Supervisor and Lead Worker must be equipped with electric devices capable of receiving work orders,
photos and texts issued by the Contract Administrator.
B. WORK HOURS: Regular work hours consist of 8:00 A.M. to 3:30 P.M. Sunday through Saturday,
unless otherwise modified by Contract Administrator or their designee. Any hours worked other than
the regularly scheduled hours are considered "emergency call -out" hours, and will be scheduled only
at the direction of the Contract Administrator.
Contractor has the right to modify the regular work hours/days upon 30 days written notice and
approval by the Contract Administrator; however, regular work hours will not exceed 8 hours per day
or 40 hours per week, per employee.
Emergency call -out hours may be necessary in the case of downed trees, storm debris in right -or -
ways, or any condition endangering the safety of the public. The Contractor must respond to an
emergency call -out within one (1) hour. Hours±Wrked on an emergency basis will be logged on a City
provided 'Emergency over time' form, and will be attached on the Contractor's invoice as "emergency
call -out hours".
Contractor shall make Lead Workers available for a weekly meeting with City Contract Administrator
and/or designee. Supervisor and/or Area Manager for Contractor shall be available for quarterly
meetings with City Contractor Administrator and/or designee.
Except in the case of an emergency call -out, there will be no work scheduled on days that the City is
closed for holidays: New Year's Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas
Eve, and Christmas Day.
C. PERSONNEL: Roadside Maintenance Crews shall consist of a minimum of a two -person crew with
personnel capable of lifting up to 100 lbs. in weight each. Supervisor's and Lead Workers must be
able to understand, read, and write English, possess an appropriate valid California Driver's License,
and copies of valid California state driver's licenses shall be provided to the City Contract Administrator
annually. Any new employees that are tasked with driving as part of their duties, must provide proof
of a valid California state driver's license within 48 hours of their first scheduled shift. One of the
crewmembers will be designated as a 'Lead Worker' for each shift and will be the primary point of
contact to receive and implement instructions. To provide for continuity, rotation of individuals
assigned to this program must be held to a minimum. All employees must have a working knowledge
of how to use the equipment listed below.
D. MINIMUM EQUIPMENT NEEDED: Contractors are expected to own and include in pricing all hand
tools, hand trucks, "Hudson style" compression sprayers, boom trucks, bobcats, trucks, and any other
equipment necessary to provide the services required by this scope of work. The City will not pay
additional equipment fees or rentals.
All vehicles must be Heavy Duty four-wheel drive vehicles equipped with flashing arrow signs (FAS),
and caution beacons. A hauling bed or pull trailer with a capacity no less than 14 feet long, six feet
wide, with side boards at least five feet high is required. Anticipated mileage is in excess of 2,000
miles per month per vehicle.
Small hand tools including but not limited to: loppers, clippers, hand saws, chainsaws, rakes, brooms,
shovels, pitch forks, weed -eaters, hoes, wheel barrows and all employee safety and personal
protective equipment, are to be provided by Contractor at all times. Leaf blowers must be battery
powered. The City of Palm Springs has banned all gas powered leaf blowers and violators will
be fined.
Contractor is responsible for all traffic control and must meet CalTrans standards and practices. Each
vehicle shall carry adequate traffic control devices such as cones, roadwork signs on barricades and
delineators to perform assigned tasks. A minimum of 25 cones with reflective sleeves, 2 Road Work
Ahead signs (36" x 36") on barricades and 2 Lane Closed Ahead (36" x 36") signs on barricades are
required for each truck. Reflective roll up signs that are 48" x 48" with stands are acceptable.
Minimal required Personal Protective Equipment needed, but not limited too: Class 2 Safety Vests,
puncture proof disposable gloves, leather work gloves, reinforced work boots, safety glasses/goggles,
face shields, dust masks, face coverings, headwear for sun protection, rain gear and appropriate
hearing protection. Contractor shall provide documentation for all employee attended safety meetings
and bi-annual IMSA CAL -TRANS standard 'Work Zone Temporary Traffic Control' certifications for
Lead Workers and Supervisors.
E. WASTE DISPOSAL: The City will be responsible for disposal of waste material collected by the
Contractor and no fee should be included in the bid for dump fees. The Contractor will be responsible
for sorting of material into the proper bins provided at the City Corporate Yard, located at 425 North
Civic Drive, Palm Springs. Contractor shall be provided 2 City issued access badges to access the
Corporate Yard. Any lost or damaged badges must be reported immediately to City Contractor
Administrator and may result in a $15.00 per badge replacement fee. Should the Contractor fail to
dump the collected materials into the proper bins, Contractor will be responsible for payment of dump
fees for the contaminated bin and repeat offenses could result in the Contractor becoming responsible
for their own disposal arrangements, or termination of the Contract.
F. STORAGE FACILITIES: The City shall not provide any storage facilities for the Contractor. The City's
Corporate Yard located at 425 N. Civic Drive is a secure facility, and shall not be used by the
Contractor. The Contractor shall be responsible for obtaining an appropriate administrative office,
storage yard, and secure parking lot for its equipment and vehicles. The location of its facility shall be
within the City of Palm Springs, subject to the approval of the City.
G. PARKING: 1) During the Contractor's daily operations and completion of the Work, the Contractor
shall park their vehicles and equipment within designated public parking areas or work zones, in
accordance with local and state laws, maintaining clear travel lanes for vehicular traffic. Overnight
parking of the Contractor's vehicles and equipment shall be located within the Contractor's own
secured storage facility, and not within any City facilities or public parking lots.
2) The Contractor's vehicles and equipment shall not be parked or set in such a manner that they
block pedestrian access or vehicular right-of-way except as required to comply with all safety
standards of OSHA or CAL -OSHA.
H. VEHICLES: The Contractor's vehicles used in performance of the services required hereunder shall
be maintained in first class condition. Upon commencement of the services, the Contractor shall
furnish and apply an appropriate logo on all vehicles to be used within the City identifying the
Contractor's company name. The logo shall be prepared by the Contractor and submitted to the City
for approval prior to use.
22
street
Route 1
Roadside Maintenance Routes
To
Palm Canyon Dr
Vista Chino Gene Autry Trait
Gateway Dr
Highway 111 Rosa Parks Rd
Rose Parks Rd
Indian Canyon Dr Gateway Dr
Tramview Rd
Indian Canyon Dr West End
Route 2
Vista Chino
Gene Autry Trail
Whitewater Wash
El Mh-ador
Ave Caballeros
Sunrise Way
Tachevah Dr
Ave Caballeros
Sunrise Way
Amadc Rd
Cade El Segundo
Sunrise Way
Baristo Rd
El Cielo Rd
Farrell Dr
Route 3
Ramon Rd
Crossley Rd
El Cielo Rd
Ramon Rd
Ramon Rd
Mesquite Ave
San Luis Rey
Sunny Dunes Rd
Camino Parocella
Indian Springs
Rio Blanco
Public Rd
Vella Rd (west side)
Route 4
S. Palm Canyon Dr
Belardo Rd
Sunny Dunes Rd
Alejo Rd
Mesquite Ave
Bogert Trail
LaVeme Way
La Mirada
Ramon Rd
Escoba Rd & Bike path
El Cielo (incl. medians)
San Luis Rey (so. Side)
Vella Rd
Mesquite Ave
Gene Autry Trail
San Luis Rey
Crossley Rd
Indian Springs
Sunny Dunes Rd
Sunny Dunes Rd
E. Palm Canyon Dr
Alejo Rd
S.Palm Canyon Dr
PS Interntnl, Airport
S. Palm Canyon Dr
S. Palm Canyon Dr
Camino Real (S. side)
23
Belardo Rd
Avenue 34
Sunny Dunes Rd
San Luis Rey
Ramon Bridge
City Limit
Ramon Rd
Crossley Rd
Gene Autry Trail
Rio Blanco
San Luis Rey
Camino Parocella
Mesquite Ave
South End
Sunny Dunes Rd
Belardo Rd
Vine Rd
West End
Andreas Hills
Calle Palo Fierro
Street From To
Route 6
Farrell Dr
Tamarisk Rd
Vista Chino
Sunrise Way
North End
Vista Chino
Ave Caballeros
Alejo Rd
Satumino Rd
Ave Caballero
Racquet Club Rd
Via Escuela
Calle Encillia
Alejo Rd
Ramon Rd
Calle EI Segundo
Alejo Rd
Ramon Rd
Route 6 _
Virginia Rd
San Carlos
Radio Rd
McCarthy
Indian Canyon Dr
Vista Chino
Indian Canyon Dr (W side) Interstate 10
Garnet Rd
East End
20"` Ave
W, City Limit
Dillon Rd
Melissa Lane
Tipton Rd
Highway 111
Wendy Rd
Tipton Rd
Salvia Rd
West End
Gene Autry Trail
Interstate 10
Executive Dr
Vista Chino
Via Escuela
Executive Dr (N side)
ri
San Rafael
Indian Canyon Dr
Interstate 10
180' Ave
W. City Limit
Indian Canyon Dr
Diablo Rd
Interstate 10
North End
East End
Vista Chino
Via Escuela
Whitewater Club
Miscellaneous: Complaints, transient camp clean ups, traffic accidents, etc., as
instructed by Supervisor.
Route 8
Highway 111 (fence line) Gateway (E side) End of fence line
To be completed twice per calendar year as instructed by Supervisor.
Palm Fronds
To be completed as instructed by Supervisor; usually following adverse weather
conditions; wind, rain, etc.
Palm Canyon Dr
Indian Canyon Dr
Tahquitz Canyon Way
Cerritos Dr
Camino Parocella
Frontage Road
Gateway
Ramon Rd
Palm Canyon Dr
Ramon Rd
Cerritos Dr
Camino Parocella
24
1=arre41 Dr
Vista Chino
El Cielo
Camino Parooella
Sunrise Way
Cerritos Dr
DRAIN EASEMENTS
DESERT WAY & LAS PAMPAS WAY, NORTH SIDE OF INTERSECTION
NORTH END OF ORCHID TREE
NORTH END OF SURTON WAY
NORTH END OF SUNSET WAY
EAST END OF CALLE CONJERA
EAST END OF CALLE PAPAGAYO
QUINCY WAY, SOUTH SIDE OF STREET
MESQUITE & CERRITOS, NORTH SIDE OF INTERSECTION
PEBBLE BEACH & LAKESIDE DRIVE, SOUTH SIDE OF INTERSECTION
P'ASEO CAROLETA & CALLE PAUL, EAST SIDE OF INTERSECTION
ARNICO & NORLOTI, EAST SIDE OF INTERSECTION
EASEMENT" THAT RUNS NORTH TO SOUTH FROM VISTA CHINO TO EL
CONQUISTADOR
MESQUITE & CO1iPADRE, NORTH SIDE, FROM STREET TO END OF CEMENT
FEY NORTE TO CHIA OFF OF VISTA CHINO
CALETA WAY EAST OF HERMOSA EAST END
JULIAN & JUANITA
25
a
i
f
�,�eeseeeee
26
P�L lm
Im®
cc
L
"'^"40— . MMJ 4 xfi€+Gil. pug A
a ff 0ft
27
28
Z
4. Aww"
-6-mJ
L"IAPSI J If p I , Al" j I 1..0 - I- / I z -, e. - — A
Y°' rTM�F a. i►•���F�
^b �
}
.�,F` H
F`4-
- - --------
I
MR,; -'AL A
EXHIBET `B"
CITY'S REQUEST FOR PROPOSALS
INVITATION FOR BID IFB 21-04
ROADSIDE AND TRANSIENT MAINTENANCE RE -BID
BID DUE DATE: TUESDAY, MARCH 30, 2021 — 3:00 P.M.
TABLE OF CONTENTS:
THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING:
PAGE
TABLEOF CONTENTS.............................................................................................................
1
NOTICEINVITING BIDS...........................................................................................................
2
BIDDER'S CHECK LIST............................................................................................................
3
TERMSAND CONDITIONS....................................................................................................4-8
SPECIFICATIONS................................................................................................................9-26
ATTACHMENT "A" PAGE 27 MUST BE SIGNED.....................................................................27
ATTACHMENT "B" CONFLICT OF INTEREST & NON-DISCRIMINATION CERTIFICATION
PAGE 28 MUST BE SIGNED..........................................................................................28
ATTACHMENT "C" PUBLIC INTEGRITY DISCLOSURE FORM
PAGE 32 MUST BE SIGNED.....................................................................................29-33
BID PROPOSAL PAGE, PAGE 35 MUST BE SIGNED.......................................................34-35
EXHIBIT"A" — REFERENCES................................................................................................. 36
EXHIBIT "B" —AFFIDAVIT OF NON -COLLUSION, PAGE 37 MUST BE NOTARIZED.............37
BIDDERS GENERAL INFORMATION.................................................................................38-39
BIDBOND FORM...................................................................................................................40
WORKERS COMPENSATION CERTIFICATE........................................................................41
SUMMARYOF INSURANCE.............................................................................................42-44
SAMPLE CONTRACT AGREEMENT..................................................... ............................. 45-68
NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE
FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED.
STREET ADDRESS:
City of Palm Springs Prvcurement & Contracting
3200 E. TahgAt Canyon Way
Palm Springs, CA 92262
IN