Loading...
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