HomeMy WebLinkAbout7/6/2016 - STAFF REPORTS - 2.N. c+
V N
e
cq< RNNV' City Council Staff Report
DATE: July 6, 2016 CONSENT CALENDAR
SUBJECT: APPROVAL OF AMENDMENT NO. 1 IN THE AMOUNT OF $93,705 TO
CONTRACT SERVICES AGREEMENT NO. 6683 WITH SO CAL LAND
MAINTENANCE, INC. FOR ROADSIDE MAINTENANCE SERVICES
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY:
Approval of Amendment No. 1 revises the schedule of compensation to add an
additional maintenance crew to focus specifically on transient camp clean up and
shopping cart removal, for an additional annual cost of$93,705.
RECOMMENDATION:
1) Approve Amendment No. 1 to Agreement No. 6683 in the amount of $93,705 for a
total annual amount of $174,725 with So Cal Land Maintenance, Inc., for Roadside
Maintenance Services; and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On April 1, 2015 Council awarded a contract services agreement with So Cal Land
Maintenance, Inc., for roadside maintenance services for an estimated monthly amount
of $6,751.67, not to exceed $81 ,020.00 per year for three years with two one-year
extensions upon mutual consent of City Engineer and So Cal Land Maintenance, Inc.
The City contracts out services for roadside cleanup along six designated routes. The
work consists of general cleanup of litter, debris, palm fronds and transient camps.
The existing agreement provides for one maintenance crew to service all six routes.
Due to the large number of transient camps and shopping carts throughout the city, staff
requested a proposal to add an additional maintenance crew to solely focus on transient
camp clean up and shopping cart removal from So Cal Land Maintenance, Inc. So Cal
Land Maintenance has provided a proposal to add a second crew to coordinate on
transient camp cleanup, at an additional cost of $93,705 per year. Staff has prepared
ITEM NO.
City Council Staff Report
July 6, 2016 - Page 2
Approve Amendment No. 1 to So Cal Land Maintenance, Inc., for Roadside Maintenance Services
Amendment No. 1 to the agreement to accommodate this additional work.
FISCAL IMPACT:
Sufficient funds are available in the CSA 152 Fund, Account No. 124-4242-43200.
SUBMITTED
Prepared by:
1 �
Marcus L. Fuller, MTIA, P.E., P.L.S.
Assistant City Manager/City Engineer
Approved by:
David H. Ready, Esq., D
City Manager
Attachments:
1. Amendment No. 1
02
Attachment 1
03
AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMENT NO.6683
WITH SO CAL LAND MAINTENANCE, INC.
ROADSIDE MAINTENANCE SERVICES
The following article of Agreement No. 6683 are hereby amended to read as follows:
THIS FIRST AMENDMENT TO THE CONTRACT SERVICES AGREEMENT (herein
"Second Amendment'), made and entered into on this_day of , 2016, by the City of
Palm Springs (herein "City"), a charter city organized and existing in the County of Riverside,
under the laws of the State of California, and So Cal Land Maintenance, Inc. (herein
"Contractor"), amends that certain Contract Services Agreement dated April 21, 2015 (herein
"Agreement") by and between the same parties.
SECTION 1 — Section 2.1 of the Agreement is amended to reflect an annual cost increase of
$93,705, to add an additional crew for Transient Camp and Shopping Cart clean-up. Total
revised Annual Contract Sum of$174,725.
SECTION 2—Exhibit D Schedule of Compensation is amended in its entirety by the revised
Exhibit D Schedule of Compensation attached to this First Amendment as Attachment 1,
SECTION 3 —Except as specifically amended by this Amendment No. 1, all terms and
provisions of Agreement No. 6683 and all preceding executed amendments remain in full force
and effect.
Agreement Number: 6683
Original Approval: April 1, 2015
Original Contract Amount: $81,020
Amount of Previous Increase(s) $ 0
Amount of this increase: $93,705
Amended Total: $174,725
Account Numbers:
SIGNATURES ON NEXT PAGE
04
ATTEST: CITY OF PALM SPRINGS,
a California charter city
By:
City Clerk
By:
City Manager
APPROVED AS TO FORM:
By:
A notary public or other office completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
CONSULTANT: So Cal Land Maintenance,Inc.
Check one:_Individual_Partnership X Corporation
Corporations require two notarized signatures: One signature must be from the 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).
By: By:
Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary,
President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer
Name: Name:
Title: Title:
State of � State of
ll
County of Jss County of �ss
On before me, On before me, ,
personally appeared personally appeared
who proved to me on the basis of satisfactory evidence)to be who proved to me on the basis of satisfactory evidence)to be
the person(s) whose name(s) is/are subscribed to the within the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies), executed the same in his/her/their authorized capacity(ies),
and that by his/herltheir signature(s) on the instrument the and that by hislher/their signatures) on the instrument the
person(s), or the entity upon behalf of which the person(s) person(s), or the entity upon behalf of which the person(s)
acted,executed the instrument. acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and State of California that the foregoing paragraph is true and
correct. correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
05
ATTACHMENT 1
EXHIBIT "D"
SCHEDULE OF COMPENSATION
SCHEDULE "A": Rate for Roadside Maintenance work based on a two-man crew consisting of
one Lead Worker and one Worker, each working 10 hour per day, 40 hour per week, and
including all associated costs.
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 2 1.00 per/hr X 2080 hrs $43,680.00
Worker: 11.00 per/hr X 2080 hrs $22,880.00
Vehicle & Supplies: 65.00per/day 197 days $12,805.00
SUBTOTAL $79,365.00
SCHEDULE "B": Rate for Emergency Call Out, based on an estimate of 70 hours annually and
based on a two man crew consisting of one Lead Worker and one Worker, and including all
associated costs.
OVERTIME HOURS:
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 2 1.00 per/hr X 35 hrs $ 735.00
Worker: 14.00 per/hr X 35 hrs S 490.00
Vehicle& Supplies: 40.00per/day 1 days $ 40.00
SUBTOTAL $ 1,265.00
HOLIDAY HOURS:
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 2 1.00 per/hr X 10 hrs $ 210.00
Worker: 14.00 per/hr X 10 hrs $ 140.00
Vehicle & Supplies: 40.00per/day 1 days $ 40.00
SUBTOTAL $ 390.00
TOTAL FOR BID SCHEDULES "A" AND "B" $81,020.00
�s
ATTACHMENT 1
EXHIBIT "D"
SCHEDULE OF COMPENSATION
SCHEDULE "C": Rate for Transient Camp and Shopping Cart Clean-up work based on a two-
man crew consisting of one Lead Worker and one Worker, each working 10 hour per day, 40
hour per week, and including all associated costs.
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 22.00 per/hr X 2080 hrs $45,760.00
Worker: 12.00 per/hr X 2080 hrs $24,960.00
Vehicle& Supplies: 95.00per/day 197 days $18,715.00
SUBTOTAL $89,435.00
SCHEDULE "D": Rate for Emergency Call Out, based on an estimate of 70 hours annually and
based on a two man crew consisting of one Lead Worker and one Worker, and including all
associated costs.
OVERTIME HOURS:
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 33.00 per/hr X 70 hrs $ 2,310.00
Worker: 18.00 per/hr X 70 hrs $ 1,260.00
Vehicle & Supplies: 95.00per/day 1 days $ 95.00
SUBTOTAL $ 3,665.00
HOLIDAY HOURS:
Title: Unit Cost Annual Hours Annual Cost
Lead Worker: 3 3.00 per/hr X 10 hrs $ 330.00
Worker: 18.00 per/hr X 10 hrs $ 180.00
Vehicle & Supplies: 95.00per/day 1 days $ 95.00
SUBTOTAL $ 605.00
TOTAL FOR BID SCHEDULES "C" AND I'D" $93,705.00
GRAND TOTAL FOR BID SCHEDULES "A", 'B", "C" AND "D": $174,725.00
PRICING FOR INITIAL THREE (3) YEAR TERM AND CPI ADJUSTMENTS FOR
OPTIONAL RENEWALS:
Pricing for 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 Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior
12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any
associated CPI increases, are at the mutual consent of the City and the Contractor.
07