HomeMy WebLinkAboutA8847 Amendment 3Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
CONTRACT ABSTRACT
Contract/Amendment
Name Of Contract: Roadside and Transient Maintenance
Company Name: So Cal Land Maintenance, Inc.
Company Contact: Steve Guise
Email: sguise@socallm.com
Summary Of Services: Roadside Maintenance and Transient Camp Clean-up
Contract Price:
$988,576.96 (including this A#3 for $228,934.24)
Contract Term:
July 1, 2021 - June 30, 2025 (with 1 more optional extension)
Public Integrity/ Business
on file
Disclosure Forms:
Authorized Signers:
Name, Email
Steve Guise; sguise@socallm.com
(Corporations require 2 signatures)
Darin Doucette; Ddoucette@socallm.com
Contract Administration
Lead Department: Facilities Maintenance
Contract Administrator/ Ext: David McAbee/Dania) Martinez
Contract Approvals
Council/City Manager Approval Date: April 8, 2021, Item 1.P.
Agreement Number: A8847
Amendment Number: 3
Contract Compliance
Exhibits: - Routed By: Procurement
Insurance: _ Bonds: _
Business License: Yes
Sole Source Co -Op
Sole Source No CoOp Agmt #:
Documents: CoOp Name:
CoOp Pricing:
Submitted on: 07/30/2024 By: Tabitha Richards
Contract Abstract Form Rev 8.16.23
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
AMENDMENT NO. 3 TO CONTRACT SERVICES AGREEMENT NO. 8847
ROADSIDE AND TRANSIENT MAINTENANCE
This Amendment No. 3 to the Contract Services Agreement (A8847), ("Amendment No.
3"), is made and entered into this 1st day of July 2024, by and between the City of Palm
Springs, a California charter city and municipal corporation, hereinafter designated as the City,
and So Cal Land Maintenance, Inc., a California corporation, hereinafter designated as the
Contractor. City and Contractor are individually referred to as "Party" and are collectively
referred to as the "Parties".
RECITALS
A. City requires the services of roadside maintenance clean-up and removal of
transient camps throughout the City, retrieval of abandoned shopping carts, removal of items
and debris dumped within the City limits ("Project")
B. City issued an invitation for Bid ("IFB") No. 21-04, seeking sealed bids to provide
roadside maintenance clean-up and removal of transient camps services, and setting for the
terms, conditions, and covenants governing the provision of such services.
C. On April 8, 2021, City Council approved a Contract Services Agreement (A8847)
with Contractor to provide roadside maintenance and transient camp removal services, for an
initial contract amount not to exceed $668,061.
D. On August 18, 2022, the Parties entered into Amendment No. 1 to modify the
Work Hours defined in Exhibit "A" Scope of Services, setting the regular work hours to
commence at 7:00 AM through 2:30 PM Sunday through Saturday; and modify the City's
Holiday Schedule to include Juneteenth.
E. On April 23, 2024, Parties entered into Amendment No. 2 to add $72,840, for
additional services provided from October 2023, through February 2024, for a revised contract
amount not to exceed $740,901.
F. Parties desire to exercise the first of two optional one-year renewal terms through
June 30, 2025, and implement a 2.8% CPI increase as authorized by Exhibit "D" Schedule of
Compensation and update the Bureau of Labor Statistic' Consumer Price Index (CPI) to the
Ontario, Riverside, San Bernardino region, for an increase of $228,934.24, and a revised
contract amount not to exceed $988,576.96.
G. In consideration of these promises and mutual agreements, City agrees to retain
and does hereby retain Contractor and Contractor agrees to provide services to the City as
follows:
AGREEMENT
SECTION 1. The true and correct recitals above are incorporated by this reference herein
as the basis for this Amendment No. 3.
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
SECTION 2. 2.1 Maximum Contract Amount. Is hereby replaced in its entirety as
follows:
"2.1 Maximum Contract Amount. For the Services rendered under this Agreement,
Contractor shall be compensated by City in accordance with the Schedule of
Compensation, which is attached as Exhibit "D" and incorporated in this Agreement by
reference. Compensation shall not exceed the maximum contract amount of Nine
Hundred Eighty -Eight Thousand Five Hundred Seventy -Six Dollars and Ninety -Six
Cents ($988,576.96) ("Maximum Contract Amount"), except as may be provided under
Section 1.8. The method of compensation shall be set forth in Exhibit "D".
Compensation for necessary expenditures for reproduction costs, telephone expenses,
and transportation expenses must be approved in advance by the Contract Officer
designated under Section 4.2 and will only be approved if such expenses are also
specified in the Schedule of Compensation. The Maximum Contract Amount shall
include the attendance of Contractor at all Project meetings reasonably deemed
necessary by the City. Contractor shall not be entitled to any increase in the Maximum
Contract Amount for attending these meetings. Contractor accepts the risk that the
services identified in the Scope of Services may be more costly and/or time-consuming
than Contractor anticipates, that Contractor shall not be entitled to additional
compensation, and that the provisions of Section 1.8 shall not be applicable to the
services identified in the Scope of Services. The maximum amount of the City's
payment obligation under this section is the amount specified in this Agreement. If the
City's maximum payment obligation is reached before the Contractor's Services under
this Agreement are completed, Contractor shall complete the Work and City shall not be
liable for payment beyond the Maximum Contract Amount."
SECTION 3. Exhibit "D" Schedule of Compensation is hereby replaced in its entirety by
Attachment "A" Schedule of Compensation.
"B. WORK HOURS: Regular work hours consist of 7:00 A.M. to 2:30 P.M. Sunday
through Saturday, unless otherwise modified by Contract Administrator or their
designee. Any hours work other than the regularly scheduled hours are considered
"emergency call -out" hours and will be scheduled only at the direction of the Contract
Administrator.
SECTION 4. Full Force and Effect. All terms, conditions, and provisions of the Contract
Services Agreement 8847, unless specifically modified herein, shall continue in full force and
effect. In the event of any conflict or inconsistency between the provisions of this Amendment
No. 3 and any provisions of the Contract Services Agreement 8847, the provisions of this
Amendment No. 3 shall in all respects govern and control.
SECTION 5. The persons executing this Amendment No. 3 on behalf of the Parties
hereto warrant that (1) such party is duly organized and existing, (ii) they are duly authorized to
execute and deliver this Amendment No. 3 on behalf of said party, (iii) by so executing this
Amendment No. 3, such party is formally bound to the provisions of this Amendment No. 3,
and (iv) the entering into this Amendment No. 3 does not violate any provision of any other
agreement to which said Party is bound.
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
Except as specifically amended by this Amendment No. 3, all terms and provisions of
Agreement No. 8847 remain in full force and effect.
[SIGNATURES ON FOLLOWING PAGE]
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
SIGNATURE PAGE TO AMENDMENT NO. 3 (A8847) BY AND BETWEEN THE CITY OF
PALM SPRINGS AND SO CAL LAND MAINTENANCE, INC.
IN WITNESS WHEREOF, the Parties have executed this Amendment as of the dates stated
below.
CONTRACTOR:
DocuSigned by: Signed by:
By. F�fwt Quist, By: Fvmv, Veu�cc ift,
Signature Signature
(2nd signature required for Corporations)
Date: 8/15/2024
CITY OF PALM SPRINGS:
APPROVED BY CITY COUNCIL:
Date: N/A Item No. N/A
APPROVED AS TO FORM:
DocuSigned by:
By: baww
City Attorney
APPROVED:
Date: 8/15/2024
ATTEST:
By: rDocuSigned by:
pvtt'
I jyUlt fgrk
DocuSigned by:
By. Scoff Sfib,s
City Manager"! over $50,000
Deputy/Assistant City Manager — up to $50,000
Director — up to $25,000
Manager — up to $5,000
Date: 8/15/2024
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
ATTACHMENT "A"
SCHEDULE OF COMPENSATION
Docusign Envelope ID: 2036518E-685B-471A-A588-98DF719FC6B9
SCHEDULE "A": Rate for Roadside maintenance and transient camp clean-up work based on 8
hours per day, seven days a week per employee and includes all associated costs for the crew.
`Crew' for purposes of this bid is defined as Offerors estimate number of employees required to
perform the tasks as detailed in the scope of work for roadside maintenance and transient camp
clean-up within the city boundaries.
Schedule "A"
Title: DAY
Unit Cost
Annual Hours
Annual Cost
Crew: 2
48.32
per/hr.
X
2824 hrs.
_
$ 136,455.68
Vehicle & Supplies:
252.89
1 per/day
X
354 Days
=
$ 89,523.06
SUBTOTAL
$ 225,978.74
SCHEDULE "B": Rate for Emergency Call Out, based on an estimate of 70 hours annually.
OVERTIME HOURS:
Schedule "B"
Title: OT
Unit Cost
Annual Hours
Annual Cost
Crew: 2
41.12
per/hr.
X
70 hrs.
_
$ 2,878.40
Vehicle & Supplies:
77.1
per/day
X
1 day
=
$ 77.10
SUBTOTAL $ 2,955.50
Grant Total of Bid Schedules "A and B" (Annual Amount -Year 4) $ 228,934.24
Initial Three-year term
$ 686,802.72
Amendment No. 1
$ -
Amendment No. 2
$ 72,840.00
Amendment No. 3
$ 228,934.24
Revised Contract Amount $ 988,576.96
PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS:
For the initial three (3) years of the Agreement term, the Unit Pricing shall remain fixed. For optional
years 4 and 5, Contractor may request a price adjustment not to exceed the Bureau of Labor
Statistics Consumer Price Index (CPI) for the Ontario/Riverside/San Bernardino region for the prior
12-month period effective on the anniversary date. Optional renewal years 4 and 5, and any
associated CPI increase, are at the mutual consent of the City and the Contractor.