HomeMy WebLinkAbout12/18/2013 - STAFF REPORTS - 2.I. PALM SA
2
c
V N
* h
} C nr
�h09MF�
`F°Aa�P City Council Staff Report
DATE: December 18, 2013 CONSENT CALENDAR
SUBJECT: APPROVAL OF AMENDMENT NO. 1 TO CONTRACT SERVICES
AGREEMENT NO. 6233 WITH R. ROBLES PIPELINE LAYING, INC.,
DBA SOUTHERN VALLEY WATER FEATURES FOR ROADSIDE
MAINTENANCE.
FROM: David H. Ready, City Manager
BY: Public Works & Engineering
SUMMARY:
This action will approve an amendment to the roadside maintenance services contract
with R. Robles Pipeline Laying, Inc., (dba Southern Valley Water Features) to increase
their hours of work from 32 hours per week to 40 hours per week to be consistent with
current city work hours.
RECOMMENDATION:
1. Approve Amendment No. 1 to Contract Services Agreement No. 6233 with R.
Robles Pipeline Laying, Inc., (dba Southern Valley Water Features) at an annual
increase not to exceed $11,688 for a total annual amount not to exceed $75,340.
The new rate will be effective January 1, 2014 for the remaining 2.5 years of the
contract.
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On May 2, 2012, City Council approved an agreement for Roadside Maintenance with
R. Robles Pipeline Laying, Inc., (dba Southern Valley Water Features) for a three year
period. The contract provided roadside maintenance for 4 days/week, 8 hours/day
consistent with the previous roadside maintenance agreement while City employees
weekly hours were reduced by furlough.
Now that City staff hours are back to 40 hours per week, it is desired to have the
roadside maintenance crew working the same hours as the Streets Division in order to
ITEM NO.21
City Council Staff Report
December 18, 2013 -- Page 2
Approval of Amendment No. 1 to Contract Services Agreement No. 6233 with R. Robles Pipeline Laying,
Inc., dba Southern California Valley Water Features for Roadside Maintenance
accomplish more maintenance and be available to be called upon during city work
hours. For that reason, it is recommended by staff that the roadside maintenance
contract be amended to provide for 40 hour weeks, as was the case prior to city crews
going on furlough.
FISCAL IMPACT:
Revised contract amount over the 3 year terms is $220,176 for a total contract increase
of $29,220 ($11,688/year for 2.5 years). Sufficient funds for the increased hours are
available in CSA 152 Street Cleaning account number 124-4242-43200.
Recommended by: Approved by:
David J. Barakian David H. Ready, nager
Director of Public Works/City Engineer
Attachments:
1. Amendment No. 1
02
AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMENT NO. 6233
WITH R. ROBLES PIPELINE LAYING, INC dba SOUTHERN VALLEY WATER FEATURES
FOR ROADSIDE MAINTENANCE
The following articles of Agreement No. 6233 are hereby amended as follows:
EXHIBIT A "SCOPE OF SERVICES"- ITEM 3 "WORK HOURS" - Paragraph 1 - is hereby
modified to: Regular work hours consist of 5:30 A.M. to 4:00 P.M. Monday through Thursday.
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.
EXHIBIT A "SCOPE OF SERVICES% ITEM 3 "WORK HOURS" - Paragraph 2 - is hereby
modified to: Contractor has the right to modify the regular work hours/days upon 30-days written
notice to the Contract Administrator; however, regular work hours will not exceed 10 hours per
day nor 40 hours per week.
EXHIBIT A "SCOPE OF SERVICES"- ITEM 3 "WORK HOURS" - Paragraph 5 - is hereby
modified to: "It is anticipated there will be sufficient workload to use the approximate 328 labor
hours available per month (2-man crew, 10 hours per day, 4 days per week). However, there
may be occasions when the City determines there is inadequate workload and may choose to
require the crew to work less than 10 hours per day. Therefore, it is imperative that the
Contractor's bid proposal be on an hourly basis. The hourly rate must include the cost of
equipment, insurance, uniforms or any other costs associated with this work. The Contractor
will bill the City monthly using the number of hours worked as the basis for payment. Individuals
assigned to this program will, in addition to daily log sheets, be required to record hours worked
on a daily basis at the direction of the City official.
EXHIBIT B "SCHEDULE OF COMPENSATION" - Schedule A - is hereby modified to: Rates for
roadside maintenance work based on a two-man crew consisting of one Lead Worker and one
Worker, each working 10 hours per day, 40 hours per week, and including all equipment,
supplies, insurance, uniforms and other associated costs
EXHIBIT B "SCHEDULE OF COMPENSATION" - Schedule B - is hereby modified to: Rates for
Emergency Call-Outs, 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 equipment, supplies,
insurance, uniforms and other associated costs.
Please see attached, amended Exhibit B - "Schedule of Compensation".
The intent of this Amendment #1 is to increase the number of working hours per day
from 8 hours to 10 hours for a total hours per week from 32 hours to 40 hours, to begin
on January 1, 2014.
Purchase Order Number(s): 14-0344
Agreement Number: 6233
Original:
City Council Approval: May 12, 2013
Contract Amount $ 190,956
03
R. Robles Pipline Laying, Inc dba Southern Valley Water Features
Amendment No. 1
Page 2 of 2
THIS Amendment#1:
Amount of This Amendment $ 29,220
(for remaining 2.5 yrs @$11,6881year)
Total Amended Contract Amount: $220,176
Account Number(s): 001-4242-43200
IN WITNESS WHEREOF, the parties have executed this Amendment as of the dates stated
below.
"City"
CITY OF PALM SPRINGS
Date By:
David H. Ready, City Manager
APPROVED AS TO FORM: ATTEST:
By: By.
Douglas C. Holland, City Attorney James Thompson, City Clerk
"FIRM"
R. Robles Pipeline Laying, Inc.
dba Southern Valley Water Features
434 East Barbour Street
Banning, CA 92220
Date:1�— e � Q A J
5 By-. ro'..- .�
Robert Robles, President
04
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Schedule A:
Rates for roadside maintenance work based on a two-man crew consisting of one Lead Worker
and one Worker, each working -8 10 hours per day, 32 40 hours per week, and including all
equipment, supplies, insurance, uniforms and other associated costs:
Lead Worker $10.00 per hour x4664 1970 hours = $16,640 $19,700.00
Worker $ 8.50 per hour x4664 1970 hours = $44,q44 $16,745.00
Vehicle & Supplies $18.25 per hour x4664 1970 hours = 39 $35,952.50
Sub Total: $72,397.50
Schedule B:
Rates for Emergency Call-Outs, based on an estimate of 64-70 hours annually and based on a
two-man crew consisting of one Lead Worker and one Worker, and including all equipment,
supplies, insurance, uniforms and other associated costs:
Lead Worker:
Regular Hrs $10 per hour x 32 40 hours = $— 320 $ 400.00
Overtime Hrs $15 per hour x 46 20 hours = $— 240 $ 300.00
Holiday Hrs $20 per hour x -810 hours = $— 169 $ 200.00
Worker:
Regular Hrs $ 8.50 per hour x 32 40 hours = $ 272 $ 340.00
Overtime Hrs $12.75 per hour x 46 20 hours = $— 204 $ 255.00
Holiday Hrs $17.00 per hour x -810 hours = $— 136 $ 170.00
Vehicle&Supplies: $18.25 per hour x 64 70 hours = F3 $ 1,277.50
Sub Total: $ 2,500 $ 2,942.50
TOTAL: JkMg $75.340.00
Invoices shall be submitted to the Contract Officer for approval. Contractor shall bill the City
monthly using the number of hours worked as the basis for payment. Individuals assigned to
this program shall, in addition to daily log sheets and electronically input time sheet, record
hours worked on a daily basis at the direction of the Contract Officer. Such logs and time sheets
shall be submitted to the Contract Officer upon request.
It is required that the vehicle hours are to be billed at no more than the total hours of the
crewman who works the most billable hours for each month, as the two-man crew share one
vehicle that is to be properly equipped with the required supplies and tools. Contractor is not to
bill for and City is not responsible to pay for more than one vehicle per day, as the City is not
responsible to pay for contractor's use or need of any additional vehicles or supplies. Also,
contractor shall not bill and City is not responsible for and "down time' of contractor's vehicle
(i.e. flat tire, dead battery, etc.).
05