Loading...
HomeMy WebLinkAbout8.3 MCE MaintAgmt CITY CLERK AGENDA STATEMENT CITY COUNCIL MEETING DATE: June 15, 2004 SUBJECT: Review of Services and Amendment to Agreement With MCE. Corporation for Public Works Maintenance Services Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) Resolution, together with Exhibit "A", Proposed Amendment 2) Letter from MCE, with attachments 3) Current 3-Year Agreement, dated July 1, 2003 RECOMMENDATIO~ ~Adopt resolution approving amendment to agreement FINANCIAL STATEMENT: See Description DESCRIPTION: MCE has provided maintenance services to the City of Dublin since 1984. Services currently being provided by MCE are as follows: · Bike Path Maintenance · Building Management and Maintenance · Curb, Gutter, and Sidewalk (emergency or temporary repair) · Drainage Maintenance · Guardrail Repair · Park Maintenance · Sign Installation, Repair & Maintenance · Spill Cleanup · Storm Patrol/Cleanup · Street Landscaping Maintenance · Street Repair (emergency or temporary repair) · Street Tree Maintenance · Striping and Marking (emergency replacement) · Weed Abatement The current three-year contract with MCE Corporation for maintenance services expires on June 30, 2006, and it is proposed to amend the agreement to provide for labor and equipment rate increases. As in previous years, MCE has submitted a budget proposal for FY 2004-2005, which has been reviewed by Staff in conjunction with the budget process. COPIES TO: MCE Corporation ITEM NO. ~ g:\engr-contracth~nce\agst amendment 04-05 ~ --~)~ The contract language is proposed to remain the same for FY 2004-2005, except for the Proposed rate changes, which are disCussed in the following paragraph and attached to the contract amendment. Proposed Chan~es for 2004-2005 MCE is proposing an average 2% increase in labor and equipment rates for the crew assigned to Dublin. This 2% is essentially a cost of living increase. The labor rates for other MCE crews (not assigned to Dublin exclusively) are proposed to increase from 7% to 11% in order to compensate for the lack of increases several years ago and to keep pace with prevailing wage requirements. The other MCE crews perform a very small portion of MCE's work in Dublin, primarily on-call paving and concrete work. Equipment rates for the other MCE crews are not proposed to increase for FY 2004-2005. Most of the rates for work performed by subcontractors are proposed to increase generally by 2% or less, and some of the rates have decreased. However, one of the landscape subcontractors was terminated due to poor performance, and the new bids received for those particular categories of work carried increases ranging from 13% to 117°/6, as indicated on the amendment exhibit. The effect of the subcontractor change is minimal inthe scope of the overall budget, adding only $380 in Street Landscape Maintenance and approximately $17,781 in Park Maintenance. The impact on the total budget for MCE's work is approximately 0.67%. Total expenditures under MCE's contract for FY 2003-2004 are anticipated to be under budget by $22,744, not including "additional work." "Additional work" covers items that are not a part of MCE's regular maintenance budget, including work on or assistance with the management of Capital Projects. The largest variance between the FY 2004-2005 budget and the estimated actual FY 2003-2004 expenditure is in the category of Park Maintenance, which is increasing approximately $88,546 to fund the addition of Bray Commons Park and the new portion of Emerald Glen Park. Other significant changes are a proposed $20,600 increase in Bike Path Maintenance to fund maintenance of new trails and bike paths, increases in Street Landscape Maintenance to fund the maintenance of new development areas. The decrease of $71,000 in the Building Management category is primarily due to reassigning some of the MCE costs from the Building Management budget to the budgets for individual buildings or programs~ therefore, line items have been added for the Shannon Center, Swim Center, and Senior Center buildings, a total of $42,917. There is a cumulative decrease in the area of building maintenance in the amount of $28,000 which is Primarily due to expenditures related to the operation of the HVAC system in the Civic Center and work on the remediation/water intrusion project which will not be repeated in 2004-05. The overall budget for FY 2004-2005 is projected to be a total of $2,755,241 which represents an increase of $142,111 (5.4%) over estimated FY 2003-2004. The primary reasons for the increase are MCE's proposed rate increase, anticipated additional street maintenance and street landscape maintenance in new development areas, and additional building maintenance and park maintenance due to the addition of new facilities. Table I ofMCE's submittal (Attachment 2) identifies work activities and details actual expenditures for the prior two fiscal years, the adopted FY 2003-2004 budget, anticipated expenditures for FY 2003-2004, and the proposed budget for FY 2004-2005. Table H identifies the workload measures for the various work programs. Table IH identifies the percentage of rate change for various work categories, and Table IV provides a staf~g comparison. MCE's staffing level is proposed to increase for FY 2004-2005 by slightly less than one person in the Landscape Laborer IH category. The additional staffing is provided to cover the addition of new parks and street landscaping. In response to a need identified two years ago to better track the quality of maintenance, MCE developed a Quality Assurance Program. This Program has become a valuable and successful part of the level of quality for maintenance within the City. The City Council will receive a presentation on the Quality Assurance Program from MCE's management at this City Council meeting. The Quality Assurance Program includes maintenance standards, as well as a formal inspection process and provision for field staff to report deficiencies on a daily basis. Most of the standards have now been developed in the areas of Street Trees, Street Landscaping and Park Maintenance. Building Maintenance standards are nearly complete. Field staff have been successful in maintainirtg daily logs to identify and correct deficiencies. In addition, MCE has developed a schedule for performing monthly Quality Assurance inspections, using staff from MCE's headquarters office. Recommendation MCE Corporation has shown a consistent standard of excellence in performance and safety, as well as concern for the fiscal interests of the City. Staff recommends that the City Council adopt the resolution (Attachment 1) approving'the amendment to the agreement. RESOLUTION NO. - 04 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENT TO AGREEMENT WITH MCE CORPORATION FOR PUBLIC WORKS MAINTENANCE SERVICES WHEREAS, the City Council approved an agreement with MCE Corporation for Public Works Maintenance Services effective July 1, 2003; and WHEREAS, said agreement provided a detailed scope of work and labor rates for Fiscal Year 2003-2004; and WHEREAS, said agreement entitled MCE Corporation to request a rate adjustment during the second and third years; and WHEREAS, MCE Corporation is requesting an adjustment of rates for Fiscal Year 2004-2005 which has been reviewed in conjunction with preparation of the budget for Fiscal Year 2004-2005; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the amendment to the agreement with MCE Corporation, attached hereto as "Exhibit A," with an effective date of July 1, 2004. BE IT FURTHER RESOLVED that the Mayor is authorized to execute the amendment. PASSED, APPROVED AND ADOPTED this 15th day of June, 2004. AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk g.',contract,mce,resolutionamendment 2004 ~'T'T(~( ;H~NT_ _J..,-~.~:.t,, ...... _ ......... EXHIBIT "A" OF RESOLUTION, , , -04 AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND MCE CORPORATION FOR PUBLIC WORKS MAINTENANCE SERVICES WHEREAS, effective July 1, 2003, the City of Dublin (hereinafter referred to as "CITY" and MCE Corporation (hereinafter referred to as "CONTRACTOR") emered into an agreement to provide Public Works Maintenance Services to CITY (hereinafter referred to as "AGREEMENT); and WHEREAS, said AGREEMENT provided a schedule of rates for Fiscal Year 2003-04; and WHEREAS, MCE has requested an adjustment of rates for Fiscal Year 2004-2005; NOW, THEREFORE, the parties hereto agree as follows: Section 1. Exhibit B, "Payment Schedule," of the Agreement shall be replaced with the rates indicated on Attachment 1 of this Amendment, "Proposed Rates and Unit Costs Revised June 7, 2004." Section 2. Said Amendment shall be effective as of July 1, 2004. CiTY OF DUBLIN MCE CORPO~TION Mayor President ATTEST: ATTEST: City Clerk secretary g : lcontractlmceh~nmtment race 2004 TABLE !!1 CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004. 2005 2003 - 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE DUBLIN CREW LABOR RATES MAINTENANCE SUPERINTENDENT $54.40 HR $55.50 HR $1.10 2,0% MAINTENANCESUPERVISOR $47.90 HR $48.80 HR $0,90 1.9% LANDSCAPE FOREPERSON 41.65 HR 42.50 HR 0.85 2.0% LANDSCAPE LABORERI -35.00 HR 35.70 HR 0.70 2.0% LANDSCAPE LABORER II 29.80 HR 30.40 HR 0.60 2.0% LANDSCAPE LABORER III 23.85 HR 24.30 HR 0.45 1.9% DUBLIN CREW EQUIPMENT RATES PICKUP RANGER/SUPERCAB 7.00 HR 7.15 HR $0.15 2.1% F150PICKUP 8.00 HR 8.15 HR $0.15 1,9% F250PICKUP/UTILITYBED 8.50 HR 8.65 HR $0.15 1.8% F350 & F450 FLATBED 9.50 HR 9.70 HR 0.20 2.1% CHAIN SAW 5.70 HR 5.80 HR '0.10 1.8% BRUSH CUTTER 5.05 HR 5.15 HR 0.10 2.0% POWER BLOWER 2.10 HR 2.15 HR 0.05 2.4% POWER HEDGE TRIMMER 3.55 HR- 3.60 HR 0.05 1.4% TRAILER SMALL (8') 2.55 HR 2.60 HR 0.05 2.0% POWER WASHER 12.35 HR 12,60 HR 0.25 2.0% ELECTRIC WELDER 6.85 HR' 7.00 HR 0.15 2.2% PORTABLE GENERATOR 5.50 HR 5.60 -HR 0.10 1.8% WATER TRAILER 9.60 HR 9.80 HR 0.20 2.1% UTILITY CART 3.85 HR 3.90 HR 0.05 1.3% HAND HELD MEDIAN SCRUBBER 5.10 5.20 HR 0.10 2.0% MCE CREW LABOR RATES SUPERINTENDENT $77.50 HR $85.00 HR $7,50 9.7% LOADER/BACKHOE OPERATOR 76.33 HR 84,32 HR 7.99 10.5% ASPHALT PAVER OPERATOR 76.33 HR 84.32 HR 7.99 10.5% ASPHALT PAVER SCREED MAN N/A 81,81 HR N/A N/A ROLLER OPERATOR 76.33 HR 81.81 HR 5.48 7.2% TRUCK DRIVER 8-12 C.Y. 63,53 HR 68.00 HR 4,47 7,0% TRUCK DRIVER4-6C.Y. 62.50 HR 69.09 HR 6.59 10.5% TRUCK DRIVER 3 C,Y, TRANSIT 62,44 HR 68,00 HR 5.56 8,9% CEMENT FINISHER 58.00 HR 63.39 HR 5.39 9.3% LABORER FOREMAN 55.06 HR 61,07 HR 6,01 10,9% RAKER 54.97 HR 59.71 HR 4.74 8.6% LABORER I 53,77 HR 59,43 HR 5,66 10,5% LABORER 2 N/A 59.25 HR NIA N/A k:\C.M. Documents\Dublin\Budget~Dublin. City of ~ Tebles - ?_084-2885.xls TABLE ill CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004 - 2005 2003 - 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE MCE CREW EQUIPMENT RATES GILCREST ASPHALT PAVER $90.00 HR $120.00 HR $30.00 33.3% BLAW KNOX ASPHALT PAVER 55.00 HR 75.00 HR 20.00 36.4% BACKHOE 47.50 HR 47.'50 HR 0.00 0.0% LOADER 44,25 HR 44,25 HR 0,00 0,0% ROLLER-VIBRATORY 5-8 TON 40.75 HR 40.75 HR 0.00 0.0% ROLLER-VIBRATORY 3-5 TON 40.75 HR 40,75 HR 0,00 0,0% DUMP TRUCK 8-12 C,Y. 44.25 HR 44.25 HR 0.00 0.0% DUMP TRUCK 4-6 C,Y. 40,75 HR 40,75 HR 0.00 0.0% TRANSIT TRUCK 3 C.Y. 40.75 HR 40.75 HR 0.00 0.0% SAW TRUCK v 34.00 HR 34,00 HR 0,00 0,0% PICKUP 13.25 HR 13.25 HR 0.00 0.0% CONCRETE SAW-SELF PROP, 35,00 HR 35.00 HR 0,00 .0,0% CONCRETE SAW-SMALL 6.75 HR 6.75 HR 0.00 0.0% AIR COMPRESSOR 20,00 HR 20.00 HR 0,00 0,0% BITUMAL POT 12.25 HR 18.75 HR 6.50 53.1% VIBRA PLATE 10.50 HR 10.50 HR 0.00 0.0% WACKER 10.50 HR 10.50 HR 0.00 0.0% POWER BERM MACHINE 20.00 HR 20.00 HR 0.00 0.0% ARROW BOARD NIA 15.00 HR NIA N/A PAINT STRIPING MACHINE N/A 15.00 HR N/A N/A UNIT PRICES CHEMICAL WEED CONTROL R.O.W. 118.80 AC 161.00 AC $42.20 35.5% FUNGUS SPRAYING-TREES 5.95 EA 6.10 EA 0.15 2.5% (50 TREE MINIMUM) FERTILIZE ONLY TURF o ALL PARKS 105.90 AC 131.80 AC $25.90 24.5% o FIRESTATIONS N/A 28.75 EA N/A BROADLEAF SPRAYING TURF o ALL PARKS EXCEPT CIVIC CTR 91.00 AC N/A AC k:\C.M_ Documents~J3ublin~,Budget~)ublin. City of-Tsbles - 2004-2005.xls ~;/7/04 TABLE II! CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004 - 2005 2003 - 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE UNiT PRICES (CONTINUED ...) FERTILIZE / BROADLEAF TURF o FIRE STATIONS N/A 28.75 EA N/A o ALL STREETS 166.75 AC 156.60 AC ($10.15) ~o.1% o ALL PARKS 193.00 AC 156.60 AC (36.40) -18.9% AERATION TURF o FIRE STATIONS N/A 28.75 EA N/A o STREETS 413.00 AC 224.25 AC ($188.75) -45.7% o ALLPARKS 63.50 AC 138.00 AC 74.50 117.3% MOW TURF o STREET, FIRE. STATION, '81.25 AC 82.87 AC $1.62 2.0% 'STAGECOACH PARK o ALL OTHER PARKS 54.20 AC 55.26 AC .1.06 2.0% EDGING TURF o STREETS, FIRE STATION, 17.30 MLF 17.62 MLF $0.32 1.8% STAGECOACH PARK o ALL OTHER PARKS 14.80 MLF 15.10 MLF 0.30 2.0% CONTRACT BEDDING (ALL AREAS) 267.00 MO/AC .301.53 MO/AC $34.53 12.9% k:\C.M. Documents~,Dublin\Budge~Dublin. Ci~ of- T~bles r 2004-2005xls 6/7/04 MCE CORPORATION ~aintenance Construction Engineering June 7,2004 Ms. Diane Lowart Ms. Melissa Morton Director of Parks and Community Services Director of Public Works City of Dublin City of Dublin 100 Civic Plaza 100 Civic Plaza Dublin, California 94568 Dublin, California 94568 Dear Diane and Melissa: Enclosed are the revised Tables I, il, III and IV that reflect the final budgets submitted to the City Council. Tables I and II that list the actual 2001/2002, actual 2002/2003, budget 2003/2004, estimated 2.003/2004, and proposed budget 2004/2005 dollar amounts and performance units of measurement respectively. Table Iit lists the labor and equipment rates used in the 2004/2005 Work Programs. Labor and equipment rates for the Dublin Crew have been increased 2.0% over the 2003/2004 contracted rates to reflect the projected Consumer Price Index increase. MCE Crew labor rates were increased from 7% to 11% to compensate for the lack of adequate increasestwo and three years ago to keep pace with prevailing wages and increasing General Liability and Workers Compensation Insurance costs. MCE Crew equipment rates had no increase except for the pavers and bitumal pot that hadto be increased substantially to offset costs of newly purchased equipment. These MCE Crew rates affect less than $ 65,000 in the Streets budget. The vast majority of subcontract price increases were in the 0% to 2% range. However, certain landscape activities that were being performed by a subcontractor that we had to terminate due to poor performance, increased between 13% and 117% when contracted with a new subcontractor. Including the above higher subcontract costs, the total subcontract costs increased 7% due to increased prices. Please let me know if you have any questions and how I may be of further assistance. Sincerely, MCE CORPORATION Stan Smalley Senior Vice President, Con~act Management SPS:kjh cc: Joni Pattillo Ginger Russell Bob Cantrell Enclosures DUBLIN, CITY OF LTRS (CM DOCS - DUBLIN - W) 6515 Trinity Court, Dublin, California 94568-2686 · (925) 803-4111 · FAX (925) 803-4405 TABLE I ~ ~.~ CITY OF DUBLIN PROPOSED BUDGETS AS SUBI~ITTED TO COUNCIL REVISED JUNE 7, 2004 PROPOSED ACTUAL ACTUAL BUDGET ESTIMATED BUDGET ACTIVITY 2001 - 2002 2002 - 2003 2003 - 2004 2003 - 2004 2004 - ;2005 STREET REPAIR $36,990 $21,982 $45,265 $ 39.970 $ 47.720 206-30200-740-020 DRAINAGE MAINT. $6,831 $13,385 $I0,427 $ 15.949 $ 16,483 206-30200-740-021 STORM PATROL $12,614 $21,716 $17,438 $ 17.637 $ 18,346 206-30200-740-022 CURB & GUTTER 1 $5,956 $2,419 $7,433 $ 12,729 $ 7,582 SIDEWALK 206-30200-740-023 SIGN REPAI'RS/INSTALL. $33,735 $53,045 $38,546 $ 38,890 $ 52,184 206-30200-740-024 NEIGHBORHOOD WATCH $618 $306 $763 $ 737$ 752 001-30200-740-024 STRIPING & MARKING $3,850 $3,564 $5.204 $ 5,255 $ 5,279 206-30200-740-025 GUARD RAIL REPAIR $0 $0 $195 $ 195$ 199 206-30200-740-026 WEED ABATEMENT $48,577 $56,150 $54,316 $ 55.184 $ 56.292 206-30200-740-027 BIKE PATH MAINT. $19,879 $9,655 $9,480 $ 19.105 $ 39,705 206-30200-740-028 SPILL CLEANUP $9,353 $14.012 $14,275 $ 12.840 $ 13.510 206-30200-740-030 MAINTENANCE $95,033 $119,056 $118,870 $ 118.615 $ 121.029 SUPERVISION 001-30100-740-029 STREET TREE MAINT. $51,079 $76,663 $118,188 $ 115,949 $ 97,352 001-30400-740-000 STAGECOACH A. D. TREES $1,083 $183 $1,452 $ 1,307 $ 711-30400-740-000 DOUGHERTY A. D TREES $2,179 $2,812 $1,980 $ 1,998 $ 713-30400-740-000 SANTA RITA A.D. TREES $4,452 $6,442 $20,736 $ 21.701 $ 16,887 716-30400-740-000 Dublin. City of-Tables - 200~-2Q05.xls Page 1 TABLE I CITY OF DUBLIN PROPOSED BUDGETS AS SUBMITTED TO COUNCIL REVISED JUNE 9, 2004 PROPOSED ACTUAL ACTUAL BUDGET ESTIMATED BUDGET ACTIVITY 2001 - 2002 2002 - 20{33 2003 - 2004 2003 - 2004 2004 - 2005 STREET REPAIR $36,990 $21,982 $45.265 $ 39.970 $ 47.720 206-30200-740-020 DRAINAGE MAINT. $6,831 $13,385 $10.427 $ 15.949 $ 16.483 206-30200-740-021 STORM PATROL $12,614 $21,716 $17.438 $ 17.637 $ 18.346 206-30200-740-022 CURB & GUTTER 1 $5,956 $2,419 $7.433 $ 12.729 $ 7.582 SIDEWALK 206-30200-740-023 SIGN REPAIRS/INSTALL. $33,735 $53,045 $38.546 $ 38.890 $ 52,184 206-30200-740-024 NEIGHBORHOOD WATCH $618 $306 $763 $ 737 $ 752 001-30200.740-024 STRIPING & MARKING $3,850 $3,564 $5.204 $ 5.255 $ 5.2?9 206-30200-740.025 GUARD RAIL REPAIR $0 $0 $195 $ 195 $ 199 206-30200.740-026 WEED ABATEMENT $48,577 $56,150 $54.316 $ 55.184 $ 56.292 206-30200-740-027 BIKE PATH MAINT. .$19,879 $9,655 $9.480 $ 19.105 $ 39.705 206-30200-740-028 SPILL CLEANUP $9,353 $14,012 $14.275 $ 12.840 $ 13.510 206-30200-740-030 MAINTENANCE $95,033 $119,056 $118.870 $ 118.615 $ 121.029 SUPERVISION 001-30100-740-029 STREET TREE MAINT. $51,079 $76,863 $118.188 $ 115.949 $ 97.352 001-30400.740-000 STAGECOACH A. D. TREES $1,083 $183 $1.452 $ 1.307 $ 711-30400-740-000 DOUGHERTY A. D. TREES $2,179 $2,812 $1.$80 $ 1.998 $ 713-30400-740-000 SANTA' RITA A.D. TREES $4,452 $6,442 $20.736 $ 21.701 $ 16.887 716-30400-740-000 LANDSCAPE MAINT. $263,538 $359,643 $4832.31 $ 481.330 $ 502.193 001-30500-740-000 Dublin, City of - Tables - 2004-2005~1s Page 1 CITY OF DUBLIN PROPOSED BUDGETS AS SUBMITTED TO COUNCIL REVISED JUNE 9, 2004 PROPOSED ACTUAL ACTUAL BUDGET ESTIMATED BUDGET ACTIVITY 2001 - 2002 2002 - 2003 2003 - 2004 2003 - 2004 2004 - 2005 COMMUNITY PROMOTION/ $28,256 $38,648 $130.744 $ 60.744 $ 61.963 EVENTS 001-30500-731-000 STAGECOACH A D. $33,254 $23,165 $9.390 $ 12,780 $ 11,832 LANDSCAPE 711-30500-740-000 DOUGHERTY A.D. $68,719 $35,033 $3.486; $ 5.1306 $ 5.717 LANDSCAPE 713-30500-740-000 SANTA RITAA. D. $59,714 $88,634 $164.350 $ 125,680 $ 155.923 LANDSCAPE 716-30500-740-000 PARK MAINTENANCE $843,295 $918,690 $1.109.522 $ 1.085.413 $1.173.959 001-80200-740-000 BUILDING MANAGEMENT $171,495 $208,086 $180.077 $ 223.497 $ 152.051 O01-10500-740-000 SHANNON CENTER BUILDING $ 24.140 001-80500-740.000 SWIM CENTER BUILDING $ 9.195 001-81000.740.000 CURRENT SENIOR CENTER BLDG. $ 7.246 001.80800.740.000 NEW SENIOR CENTER $ 2.336 001.80800.740.000 DUBLIN LIBRARY $0 $14,423 $613~358 $ 52.040 $ 58.308 001-80100-740-000 HERITAGE CENTER $5,694 $6,207 $6.738 $ 5.722 $ 13.873 001-80120-740-000 DUBLIN CEMETERY $26,882 $27,721 $45.743 $ 45.634 $ 42.996 001-80130-740-000 FIRE STATION BUILDING $8,488 $7,890 $27.869 $ 25.580 $ 30.003 001-20600-740-000 FIRE STATION GROUNDS $2,299 $2,054 $13.798 $ 11.033 $ 17.186 001-20600-740-000 ADDITIONAL WORK $78,849 $119,056 $0 $ 105.000 $ FUNDING ACCT. VARIES TOTAL MCE CONTRACT COST = $1,922,712 $2,250,640 $2,635,874 $2,718,130 $2,755,241 W/O ADDITIONAL WORK = $1,843,863 $2,131,584 $2,635,874 $2,613,130 $2,755,241 Dublin, Ct[y of - Tables - Z004-2005~ds Page 2 TABLE Ii j0 ~)~'q CITY OF DUBLIN PERFORMANCE INDICATORS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 BUDGET PROPOSED ACTUAL ACTUAL 2003 - 2004 ESTIMATED BUDGET ACTIVITY 2001 - 2002 2002 - 2003 FINAL 2003 - 2004 2004 - 2005 TREE FERTILIZING A3~05 (D1 ,D2,D3,D4) - EA 798 798 798 (D9) 30400-740-000-001,711,713,716 TREE WATERING A3-06 (D1) 1,306 EA 1,710 1,502 1,502 1,502 30400-740-000L001 TREE REMOVAL A3-07, A4-04(D1,D2,D3) 19 EA 24 52 52 52 (D4, D9) 30400-740-000-001.711,713,716 TREE TRIMMING A4-01 (D1) 126 EA 8 150 150 150 SUBCONTRACTOR 30400~-740-000-001 LITTER PICKUP A6-01, A6-02(D1,D2,D3) 783 HRS 1,4t0 1,364 1,330 1,330 (D4, D9) 30200-740-000-001,711,713,716 LEAF CLEANUP A6-03(D1,D2,D3,D4, D9) 575 HRS 698 522 636 636 30500-740-000-001,711,713,716 PRUNE BEDDING PLANTS A6-10(D1,D2) 664 HRS 933 1,228 1,175 1,178 (D3, D4,D9) 30500-740-000-001,711,713,716 PRUNE.SHRUBS A6-16 (D1,D2,D3, D9) 6,529 EA 1.6,849 23,986 25,500 25,488 30500-740-000-001,711,713,716 MOW MEDIAN TURF A6-21 (D1,D2,D9) 243 AC 246 288 277 288 30500-740-000-001,713,716 EDGE MEDIAN TURF A6-22 (D1,D2,D9) 508 MLF 564 810 697 810 30500-740-000-001,713,716 IRRIGATION INSPECTION/PROGRAM 21,786 STA 22,755 57,290 41,976 57,290 (STREETS) A6-30,31 (DI,D2,D3,D4,D9) 30500-740-000-001,711,713,716 IRRIGATION HEAD REPAIR A6-32(D1~D2) 2,239 EA 1,775 2,649 2,050 2,466 (D3,D4,D9) 30500-740-000-001,711,713,716 OTHER IRRIGATION SYSTEM REPAIRS 502 HRS 560 708 641 825 (VALVES, BACKFLOWS, CONTROLLERS, LINES) A6-33.34,35,36 (D1,D2, D3,D4,D9) 30500-740-000-001,711,713,716 ILLEGAL SIGNS/HAZARDS A6-80 (D1,D2) 226 HRS 191 208 276 204 (D9) 30500-740-000-00t ,716 Dublin. City of - Tables - 2004-2005~1s 2 TABLE I! CITY OF DUBLIN PERFORMANCE INDICATORS AS SUBMITTED TO COUNCIL REVISED JUNE'7, 2004 BUDGET. PROPOSED ACTUAL ACTUAL 2003- 2004 ESTIMATED BUDGET ACTIVITY 2001 - 2002 2002 - 2003 FINAL 2003 - 2004 2004'- 2005 PARKS ALL ARE BUDGET 80200-740-000-001 PARKTREE PRUNING A3-03,08,09 920 EA 674 651 633 672 A4-01,03 LITTER PICKUP A6-01 2,294 HRS 2,173 2,888 2,676 2,891 PARK SHRUB PRUNING A6-16 3,515 EA 3,608 3,788 4.256 5,340 MOW PARKTURF A6-21 2,386 AC 2,701 3,186 3,122 3,341 EDGE PARK TURF A6-22 937 MLF 1,011 1,425 ! ,389 1,483 IRRIGATION INSPECTION/ 15,027 STA 17,541 26,428 23,054 31,008 PROGRAM (PARKS) A6-30,31 IRRIGATION HEAD REPAtRA6-32 2,264 EA 1,119 1,379 1,012 1,140 OTHER IRRIGATION SYSTEM 419 HRS 695 634 464 659 REPAIRS (VALVES BACKFLOWS, CONTROLLERS, LINES) A6-33,34,35,36&37 R.ESTROOM CUSTO.QIAL A9-03 1,772 HRS 1,801 2,075 1,952 2.202 PLAYCOURT CUSTODIAL A9-06 120 HRS 162 135 159 179 PLAYGROUND MAINTENANCE A9-09 1,059 HRS 892 1,252 1,005 1,177 FOUNTAIN MAINTENANCE A9~10 160 HRS 203 255 260 325 BALL FIELD PREP - GAMES A9-22 225 HRS 122 447 370 370 BALL FIELD MAINT. A9-23,24 970 HRS I r091 1,350 1.230 1,230 STORM PATROL & CLEANUP D2-01,02 106 HRS 379 180 234 223 Dublin, City of - Tables - 2004-2005.xls 3 TABLE I!1 CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004 - 2005 2003- 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE DUBLIN CREW LABOR RATES MAINTENANCE SUPERINTENDENT $54.40 HR $55.50 HR $1,10 2.0% MAINTENANCE SUPERVISOR $47.90 HR $48.80 HR $0.90 1.9% LANDSCAPE FOREPERSON 41.65 HR 42.50 HR 0.85 2.0% LANDSCAPE LABORER I -35,00 HR 35.70 HR 0.70 2,0% LANDSCAPE LABORER II 29.80 HR 30.40 HR 0.60 2,0% LANDSCAPE LABORER 111 23.85 HR 24,30 HR 0,45 1,9% DUBLIN CREW EQUIPMENT RATES PICKUPRANGEPJSUPERCAB 7.00 HR 7.15 HR $0.15 2.1% F150PICKUP 8.00 HR 8.15 HR $0.15 1.9% F250 PICKUP/UTILITY BED 8.50 HR 8.65 HR $0.15 1.8% F350 & F450 FLATBED 9.50 HR 9.70 HR 0.20 2.1% CHAIN SAW 5.70 HR 5.80 HR '0.10 1.8% BRUSH CUTTER 5.05 HR 5,15 HR 0,10 2,0% POWER BLOWER 2.10 HR 2.15 HR 0.05 2.4% POWER HEDGE TRtMMER --- 3.55 HR- 3,60 HR 0,05 1,4% TRAILER SMALL (8') 2.55 HR 2.60 HR 005 2.0% POWER WASHER 12,35 HR 12,60 HR 0,25 2,0% ELECTRIC WELDER 6.85 HR' 7.00 HR 0.15 2.2% PORTABLE GENERATOR 5.50 HR 5,60 'HR 0,10 1,8% WATER TRAILER 9.60 HR 9.80 HR 0.20 2.1% UTILITY CART 3,85 HR 3,90 HR 0,05 1.3% HAND HELD MEDIAN SCRUBBER 5.10 5.20 HR 0.10 2.0% MCE CREW LABOR RATES SUPERINTENDENT $77.50 HR $85.00 HR $7.50 9.7% LOADER/BACKHOE OPERATOR 76,33 HR 84,32 HR 7,99 10,5% ASPHALT PAVER OPERATOR 76.33 HR 84,32 HR 7.99 10.5% ASPHALT PAVER SCREED MAN N/A 81,81 HR N/A N/A ROLLER OPERATOR 76.33 HR 81.81 HR 5.48 7.2% TRUCK DRIVER 8q2 C,Y. 63,53 HR 68.00 HR 4,47 7,0% TRUCK DRIVER 4-6 C.Y. 62.50 HR 69.09 HR 6.59 10.5% TRUCK DRIVER 3 C,Y, TRANSIT 62,44 HR 68.00 HR 5,56 8,9% CEMENT FINISHER 58.00 HR 63.39 HR 5.39 9.3% LABORER FOREMAN 55.06 HR 61.07 HR 6,0! 10,9% RAKER 54.97 HR 59.71 HR 4.74 8.6% LABORER I 53.77 HR 59.43 HR 5.66 10.5% LABORER 2 N/A 59.25 HR N/A N/A k:~,O.M. Documents\Dubiin~,Budge~Dublin. City of-Tables- 2004-2005.xls 6/7/04 TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004 - 2005 2003 - 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE MCE CREW EQUIPMENT RATES GILCREST ASPHALT PAVER $90.00 HR $120.00 HR $30.00 33,3% BI_AW KNOX ASPHALT PAVER 55,00 HR 75.00 HR 20.00 36.4% BACKHOE 47.50 HR 47.50 HR 0.00 0.0% LOADER 44,25 HR 44.25 HR 0,00 0,0% ROLLER-VIBRATORY 5-8 TON 40,75 HR 40.75 HR 0.00 0.0% ROLLER-VIBRATORY 3-5 TON 40.75 HR 40.75 HR 0,00 0,0% DUMP TRUCK 8-12 C,Y. 44.25 HR 44.25 HR 0.00 0.0% DUMP TRUCK 4-6 C,Y. 40,75 HR 40,75 HR 0,00 0,0% TRANSIT TRUCK 3 C.Y. 40.75 HR 40.75 HR 0.00 0.0% SAW TRUCK 34,00 HR 34,00 HR 0.00 0,0% PICKUP 13.25 HR 13.25 HR 0.00 0~0% CONCRETE SAW-SELF PROP, 35,00 HR 35.00 HR 0.00 0,0% CONCRETE SAW-SMALL 6.75 HR 6.75 HR 0,00 0.0% AIR COMPRESSOR 20,00 HR 20,00 HR 0.00 0,0% BITUMAL POT 12.25 HR 18.75 HR 6.50 53.1% VIBRA PLATE 10.50 HR 10.50 HR 0.00 0,0% WACKER 10.50 HR 10.50 HR 0.00 0.0% POWER BERM MACHINE 20.,00 HR 20.00 HR 0.00 0,0% ARROW BOARD N/A 15.00 HR NIA N/A PAINT STRIPING MACHINE N/A 15,00 HR N/A N/A UNIT PRICES CHEMICAL WEED CONTROL R.O.W. 118.80 AC 161.00 AC $42.20 35,5% FUNGUS SPRAYING- TREES 5.95 EA 6.10 EA 0,15 2.5% (50 TREE MINIMUM) FERTILIZE ONLY TURF o ALL PARKS 105.90 AC 131.80 AC $25.90 24.5% o FIRESTATIONS N/A 28.75 EA N/A BROADLEAF SPRAYING TURF o ALL PARKS EXCEPT CIVIC CTR 91,00 AC N/A AC k:~.C.M. Documents~Dublin~Budget~ublin, City of-Tables ~ 2004-2005.xts 6/7/'04 CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2004 - 2005 2003 - 2004 PROPOSED PERCENT RATES RATES CHANGE CHANGE UNIT PRICES (CONTINUED ...) FERTILIZE / BROADLEAF TURF o FIRE STATIONS NIA 28.75 EA N/A o ALL STREETS 166.75 AC 156.60 AC ($10.15) -6.1% o ALL PARKS 193.00 AC 156.60 AC (36.40) -18.9% AERATION TURF o FIRE STATIONS N/A 28.75 EA N/A o STREETS 413.00 AC 224.25 AC ($188.75) -45.7% o ALL PARKS 63.50 AC 138.00 AC 74.50 117.3% MOW TURF o STREET, FIRE STATION, 81.25 AC 82.87 AC $1.62 20% STAGECOACH PARK o ALL OTHER PARKS 54.20 AC 55.26 AC .1.06 2.0% EDGING TURF o STREETS, FIRE STATION, 1.7.30 MLF 17.62 MLF $0.32 1.8% STAGECOACH PARK o ALL OTHER PARKS 14.80 MLF 15,10 MLF 0.30 2.0% CONTRACT BEDDING (ALL AREAS) 267.00 MO/AC .301.53 MO/AC $34.53 12.9% k:~,C.M Documents~Dublin~Budget~Dublin. City of-T~bles - 2004-2005:~ls 6Z7/O4 TABLE IV CITY OF DUBLIN STAFFING COMPARISONS AS SUBMiTTED TO COUNCIL REVISED JUNE 7, 2004 2002 - 2003 2003 - 2004 2003 - 2004 20Q4 - 2005 AREA/POSITION ACTUALS BUDGET ESTIMATED PROPOSED PUBLIC WORKS ADMIN. SUPERINTENDENT 1.00 1.00 1.00 1.D0 BUILDING MANAGEMENT LLF 0.69 0.64 0.84 0.64 LL1 0.73 D.73 0.73 0.73 LL2 0.26 0.28 0.18 0.19 LL3 1.68 1.65 1.55 1.56 STREET MAINTENANCE LLF 0.13 D.12 0.12 0.12 LL1 0.25 0.31 0.31 0.31 LL2 0.17 0.18 0.18 0,18 LL3 0.73 0.40 0.54 0 79 1.28 1.01 1.15 1.40 STREET TREE LLF 0.08 0.07 D.07 Q.07 LL1 0.15 0.20 0.20 0.2Q ~~ 0.10 0.11 0.11 0.11 LL3 0.25 0.31 D.36 0.36 fl.58 0.69 0.74 0.74 STREET LANDSCAPE MAINT. LLF 0.83 0.79 0.79 Q.79 LL1 1.50 2.25 225 2.25 ~~ 0.98 1.06 1.06 1.~G LL3 1.97 3.20 2.94 3.22 tt~ ~yC~ F ~ ,{ Y i" F`. dF`7\p, `R i~" ~j~ T/4 ~µ~j,~ ~ TK -t„'h Ct-0ixCN..~'~~a'~~ ~.~ .~.~ .'~~'.~i.,,~~~atF~~~ kY.:.'•J~"°~-:~.. ~LC.~~~`_'a'~~ ~~~~ PARK MAINTENANCE LLF 0:95 0.94 0.94 0.94 LL1 1.99 2.64 2.83 2.76 L~ 1.19 1.26 1.34 1.32 LL3 3.82 3.62 3.32 3 6B 7.95 8.48 8.43 $.70 UBRARY BLDG. LLF 0.05 G.27 0.27 0.27 LL1 0.05 0.33 0.15 0.19 LL2 0.01 O.p4 0.05 LL3 0.11 0.6D Q.46 0.51 NEW SENIOR CENTER LLF 0.01 LL1 0 01 0:02 ~`..__ >./... .. Dublin, City oF - Tebles - 2DD4-20PS.xls 6n~pq 1 TABLE IV CITY OF DUBLIN STAFFING COMPARISONS AS SUBMITTED TO COUNCIL REVISED JUNE 7, 2004 2002 - 2003 2003 - 2004 2003 - 2004 2004 ~ 2005 AREA I POSITION ACTUALS BUDGET ESTIMATED PROPOSED HERITAGE CENTER LLF 0.01 0.01 0.01 ' 0.01 LL1 0.05 0.05 0.04 0.05 LL2 LL3 0.06 0.06 0.05 0.06 CEMETERY LLF 0.02 0.02 0.02 0.02 LL1 0.08 0.08 0.08 0.0~ LL2 0.09 0.09 0.09 0.09 LL3 0.15 0.39 0.39 0.31 0.34 0.58 0.58 0.50 FiRE STATION BLDG. MAINT: LLF 0.01 0.03 0.03 0.03 LL1 0.04 0.15 0.15 0.15 LL2 LL3 0.05 0.18 0.18 0. t8 FIRE STATION LANDSCAPE LLF 0.01 0.01 0.01 LL1 ~.01 0.03 0.03 0.03 LL2 LL3 0.01 0.10 0.07 0.12 0.02 0.14 0.11 0.16 ADDITIONAL WORK LLF 0.23 0.10 0.10 0.D9 LL1 0.15 0.23 0.23 0.24 LL2 0.20 LL3 0.58 0.33 0,33 0.33 MCE GRAND TOTAL Supt. 1.00 1.00 1.00 1.00 LLF 3.00 3.00 3.00 3.00 LL1 5.00 7.00 7.00 7.00 LL2 3.00 3.00 3.00 3.00 LL3 6.93 8.02 7.62 8.48 '18.93 22.02 21.62 2Z.48 Staff calculations based on the assumption that each hourly employee will work a total of 1,950 hours of regular and overtime per year. Includes hours for Community Events (Promotion), Dubli~ C~ of- Tables - 2DO~-2005.xls 6~7~]4 2 EX[ti:BIT "A" OF RESOLUTION ]~2. -03 PUBLIC WORKS MAINTENANCE SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of July 1, 2003, by and between the CITY OF DUBL/N, a Municipal Corporation ("City"), and MCE Corporation, Inc. ("Contractor"), who agree as follows: 1. TERM OF AGREEMENT. The term of the agreement shah be for.three years, beginning on July 1, 2003, and ending on June 30, 2006. This agreement shall supersede ali previous agreements that Contractor has or'has had with City. City may terminate the services Of Contractor by providing 90 days written notice with or without cause. In the event of such termination, Contractor shall be compensated for such services up to the point of termination. Compensation for work in progress shall be prorated as to the percentage of progress completed at the date of tenuination. If Contractor terminates its services to the City, it must provide written notice 'at least 90 days in advance of such termination. Notices shall be provided as indicated in Section 12 below.- 2. ADJUSTMENT TO CONTRACT PRICES .~XrD WORK QUANTITY. 'In the second and third years of the Agreement, no later than March I. st, Contractor will submit to the City for the coming contract year.a proposed revised Schedule of Work which will set forth a Work Plan_in terms of types and quantities of work to be performed as well as unit prices and/or estimated annual expenditure amounts as appropriate. Upon written.approval of both parties, the Agreement shall be extended for one (1) ye'ar effective July 1 st at the new charge rates and scope of work. 3. 'SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in Exhibit 1. Contractor shall provide said services at the time, place, and in the manner specified in Exhibit 4: PAYMENT. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit 2. The payments specified in Exhibit 2 shall be the only payments to be made to Contractor for services rendered pursuant to this A~eement. Contractor shall submit all billings for said services to City in the manner specified in Exhibit 2; or, if no manner be specified in-Exhibit 2, then according to the usual and customary procedures and practices which Contractor uses for billing clients similar to City. 5. FACILITIES AND EQUIPMENT. Except as set forth in Exhibit 3, Contractor shall, at/ts sole cost and expense, furrfish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Contractor only the facilities and equipment listed in Exhibit 3 according to the terms and conditions set forth in Exhibit 3. 6. GENERAL PROVISIONS. The general provisions set forth in Exhibit 4 are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions.. July 1, 2003 Page 1 7. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 8. SUBCONTRACTING. No portion of the work pertinent to. this contract shall be ~.subcontracted without written authorization by the City, except that which is expressly identified in the Contractor's proposal. 9. CHANGES. City may from time to time require changes in the scope of the services by Contractor to be performed under this Agreement. Such changes, including any change in the amount of Contractor's compensation which are mutually agreed upon by City and Contractor, shall be effective as amendments to this Agreement only when in writing. 10. RESPONSIBLE CHARGE. Contractor shall assign a project manager(s) to the project for the duration of the project. There shall be no change in the Project Manager or members of the project team without prior written approval by the City. 11. CONTRACT ADMINISTRATION. This Agreement shall be administered by the Director of Public Works or his/her designee ("Administrator"). All correspondence shall be directed to or through the Administrator or the designee. 12. NOTICES. Any written notice .to Contractor shall be sent via Registered Mail to: Stanley P. Smalley, Vice President ,MCE Corporation 6515 Trinity Court Dublin, CA 94568 Any written notice to City shall be sent to: Director of Public Works 100 Civic Plaza Dublin, CA 94568 (signatures next page) Agreement with MCE Corporation July 1, 2OO3 Page 2 Execuied as of the day first herein stated: CITY OF DUBLIN, A Municipal Corporation ity Clerk MCE CORPORATION President Approved as to form: ////~~~ City Attorney A~eement with MCE Corporation July 1, 2003 Page 3 EXHIBIT 1 SCOPE OF SERVICES AND SCHEDULE The City has elected to perform its public works 'ma'mtenance and related activities by using a private Contractor. The Contractor has agreed to arrange for and supervise the performance of the work and the City has agreed to retain the Contractor for such purposes, in accordance with the terms and pJovisions of this Agreement. The City and Contractor agree as follows: 1. Scope of Work: The City retains Contractor to arrange fOr, supervise and manage the performance of the work described in the attached Tables I, II, III and IV and as otherwise specified in this Agreement; and for Additional Work ("Additional .Work") as is called for in this Agreement. Contractor shall perform the types of work listed iu Table I at the time and material rates listed in Table I~I. The Scope of'Work set for~ in the attached Table I includes the maximum amount the City will pay to Contractor for-each activity for Fiscal Year 2003-2004. Notwithstanding the foregoing, the City may at any time revise the Schedule of Work identified in Table I for budgeting or other reasons as deemed necessary by the City and the estimated annual expenditure for Fiscal Year 2003-2004 shall be revised accordingly. Contractor specifically agrees to: (a) undertake direct responsibility for the performance of the work in accordance with this Agreement; (b) provide directly, or through subcontractors, or as otherwise permitted by this Agreement all labor, materials, and supervision necessary for proper performance of the work in accordance with this,Agreement; (c) furnish a Maintenance Superintendent' to provide the necessary liaison with the City Staff and the required coordination of workmen and materials in the performance of the work; (d) comply with all laws, ordinances,' rules, regulations, and' requirements of governmental authorities, perta/ning to the performance of the work; (e) perform the work, contract for its performance and supervise its performance in a good and workmanlike manner and in the most expeditious, cost effective manner consistent with first-class quality, (f) perform all activities necessary and incidental to the orderly performance of the work. 2. Scheduled Work: All of the work set forth in Table I is considered Scheduled Work. Contractor shall perform no work in addition to Scheduled Work, unless: (a) Additional Work is approved in.advance by the Public Works Director; or (b) an emergency situation exists. An emergency situation is one which occurs under circumstances making it either impossible or impractical to obtain City approval before proceeding with the work. In such cases, Contractor will proceed with the work to the extent necessary to relieve said danger and shall specifically inform the Public Works Director of all Emergency Work accomplished. All Scheduled Work shall be provided according'to a monthly schedule prepared by the Maintenance Superintendent and approved by the Public Works Director in advance. Exhibit 1 Page 1 of 4 july t, 2003 3. Additional Work: City mayrcquire Contractor to provide Additional Work not described herein at rates and quantities negotiated l~y the City and Contractor. No Additional Work will be undertaken by Contractor without the pri~r written approval of the Pubtic Works Director. The Contractor will bill the City for Additional Work in the manner as provided in Table HI. 4. Work Not Subi oct to this Agreement: The Public Works Director at his discretion may recommend that projects of a large scope be approved by the City Council for competitive bid and completed under a separate Agreement; This shall be the recommendation on all "public projects" where State or other laws require that it be contracted for and let to the lowest responsible bidder after notice. Nothing in this Section shall preclude the Contractor from participating in this bid process for said projects. City, in accordance with local ordinances and State laws, may directly purchase .materials or supplies to be used by Contractor. This shall not restrict the Public Works Director from requesting that Contractor, as part of other duties .identified in this Agreement, assist City with locating suppliers~ obtaining price quotations or bids, or other assistance provided that Contractor -will not be providing the materials and supplies. 5. Emergency Work: Emergency'catlout procedures will be maintained to provide for emergency response on nights, weekends, and holidays. The procedures will be reviewed and updated periodically to ensure their effectiveness. In the event Emergency Work dictates that work be accomplished outside the normal working hours, such as night time, weekends and holidays, appropriate overtime rates shall be used as set forth in Table HI. 6. Maintenance Supervision: The Contractor shall furnish a Maintenance Superintendent to assume full responsibility for day-to-day maintenance operations, ensuring that resources required to successfully complete the pr. oject are applied in a timely manner. In addition to providing the necessary liaison With the City, the Maintenance Superintendent is responsible for: (a) making recommendations to the Public Works Director of work tha~ should be performed but which is not set forth in the Schedule of Work; (b) identifying work programs; (c) scheduling; (d) assisting and supervising work crews; (e) responding'to citizen calls; (f) assisting in contract administration; (g) maintaining activity reports; and (h) generally administering public works maintenance functions. 7. Work Scheduling Procedures: To the extent p0ssil~le,'it is the intent of this Agreement that the Work be performed on a scheduled, orderly basis. Prior to commencement of work, Contractor shall'prepare a schedule showing projected work to be performed th~oughout the fiscal year, including information such as frequency of weeding, watering, and other parks maintenance and other similar projected schedules of the work to be Performed. Contractor will prepare monthly work schedules and review them with. the Pubhc Works Director. These schedules will represent specific work needs identified as the result of the Contractor's recommendations and requests from the Pubhc Works Director or his/her desi=m~ee. Exhibit 1 Page 2 of 4 July 1, 2003 · '.Emphasis will be placed on identifying needs ~to ensure proper timing of work (for example, ditches should be scheduled for cleau~ng before winter-rains). The Contractor will comply with reasonable requests ofthePub~ic Works Director as.tO preferred,locations for various'types of work. . Contractor will use a service request form to ensure that complete, information is obtained on work needs and requests for service, 8. Work Reporting ProcedUres: Contractor shall submit a Monthly WOrk Summary Report to the Public Works Director on or before, the 15th day of the month summarizing work completed in the previ0us month. These reports shall include a listing of work activities and work units completed, including any Additional or Emergency Work performed; status 'of current and completed service requests; and comparisons of annual work quantities and.expenditures planned versus actual. 9. Additional Contractor Responsibilities: MCE .workers will be alert for observable maintenance deficiencies in public facilities as they travel within the City's boundaries in the course of their maintenance .activities performing Scheduled Work, Additional Work, and Emergency Work. They will report observed maintenance deficiencies to the appropriate MCE or. City representative, or other appropriate agency. 10. Protection of Work and Public: Contractor shall take all necessary rneasures to protect the work and prevent accidents during any and all phases of work. Contractor shall prOvide and maintain all necessary barriers, flagmen, and/or signs during maintenance procedures. Contractor will provide at no additional cost all the advance signing and barricading and also signs, barricades, flashers, and other necessary facilities for the protection of the public within the limits of the maintenance area while maintenance activities are proceedings 11. Maintenance of Recoi-ds: Contractor shall maintain all books, documents, papers, employee time sheets, accounting records including certified payrolls and such other evidence pertaining to costs incurred for a period of at least three years, and shall make these materials available at reasonable times during the contract period. Contractor shall not purge any records without the prior approval of the City. Upon termination of the contract, or at the City's request, all sBch records shall be provided to the City, including maintenance records, certified payroll records, and hard copies of any other computer records such as inventories of City facilities. 12. Equal Employment Opportuniw: Contractor is an equal opportunity ernploycr and agrees to comply with applicable regulations governing .equal employment opportunity. 13. Prevailing Wage: Contractor shall comply with the provisions of Labor Code Section 1770 et. seq., with respect to payment of prevailing wages, maintenance of payroll records, and payment of penalties under Labor Code Section 1775. Exhibit 1 Page 3 of 4 Ju y :zoo `,.. -~ ~- C.' J ~~ `r--• 14. Attornev Fees: If either party brings an action against the other party arising out of or in connection with this Agreement entered into between City and Contractor, the prevailing party is entitled to have and recover from the losing party reasonable attorney fees and costs of suit. 15. Miscellaneous: A. Contractor shall inform City of private clients within the corporate boundaries or sphere of influence of the City during the term of this :Agreement. Contractor agrees not to accept other employment which is or may be in conflict with its duties under this Agre.ement or which may adversely affect the interests of the City. B. Contractor will endeavor to secure rnaterials from the lowest cost source reasonably available. Exhibit 1 ~age 4 of 4~ T„i.> > ~nn; EXHIBIT 2 PAYMENT SCHEDULE City shall pay Contractor an amom~t not to exceed the total sum of Two Million, Five Hundred Seventy-Four Thousand, Four Hundred Forty-Five Dollars ($2,574,445) for services to be performed pursuant to this Agreement. Except as Provided in Section 1, the total annual estimated budget shall be the sum of the planned expenditure amounts 1/sted in Table I. The actual amount paid to the Contractor shall be based on the amount of work performed according to the costs Outlined in Table I and any subsequent "Additional Work" approved by the City. Work items listed in T.able I shall be billed on a unit price basis or otherwise as set forth in Table I. Unit Pricing is expressed in terms of Dollars per Work Measurement Unit for each item of work. Contractor shall bill Additional Work on the basis mutually agreed to by Contractor and the City at the time. the work is incorporated into the annual maintenance program. For work performed and services rendered, Contractor shall submit monthly bills to the City by the 15th day of the month following the month in which the work was performed. The Contractor shall be compensated by the City as follows: A. A monthly payment for time and materials or mt price work will be provided, with.payment to be made within twenty (20) days of receipt of invoice by the City. B. For Additional'Work for which no unit prices have been agreed upon, compensation shall be agreed upon between the Public Works Director and Contractor in writ'mg before Work is performed. For Emergency Work when prior approval is not possible and when unit prices have not been agreed upon, the City and Contractor 'shall agree as soon as possible afterthe work is performed on the amount of compensation based on costs for related jobs. Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. Exhibit 2 Page 1 of 1 July 1, 2003 EXI:IIBIT 3 City shall furnish physical facilities .such as desks, filing cabinets, and. conference space, as may be reasonably necessary for 'Contractor's use while consulting with City employees and reviewing records and the information in possession of City. City shall also furnish a yard facility from W~hich routine maintenance may be dispatched. The location, quantity, and time of ,furnishing saidphysical'facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other commtmicafion charges, vehicles, and reproduction facilities. Exhibit 3 Page 1 of t July 1, 2003 EXHIBIT 4 GENERAL PROVISIONS 1. INDBPBNDENT CONTRACTOR. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control ContractOr only insofar as the results of Contractor's services rendered pursuant to this Agreement; however, City shall not have the right to control' the means by which Contractor accomplishes services rendered pursuant to this Agreement. 2. LICENSES; PERMITS; ETC. Contractor represents and warrants to City that he has all licenses, perm/ts, qualifications and approvals of whatsoever nature which are legally required for Contractor. Contractor represents and warrants to City that Contractor shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Contractor. 3. T/ME. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for-satisfactory performance of Contractor's obligations pursuant'to this Agreement. 4. INSURANCE KEQUIREMENTS. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection w/th the performance of the Work hereunder by the Contractor, his agents, representatives} employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. A. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) - Insurance Services Office form number GL 0002 (Ed. 1/73) coveting comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile L/ability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of Cal/fornia and Employers Liability Insurance. Exhibit 4 Page 1 of 4 July 1, 2003 B. Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) General Liabihty: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate ~imit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and Property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. C. Deductibles and Self-Insured Retentions. Any deductibles or s~lf-insured retentions must be declared to and approved by the City. D. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: (1) General Liability and'Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers axe to be covered as insureds as respects: liability arising Out of activities performed by or on'behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used~by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. (b)~ The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contributeWith it. (c) Any 'failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. (d) The Contractor's insurance shall apply separately to each insured against whom claire'is made or suit is brought, except with respect ro the, limits of the insurer's 1/ability. Exhibit 4 Page 2 of 4 July 1, 20'03 (2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all fights of subrogation against the City, its officers, officials, .employees and volunteers for losses arising from work · performed by the Contractor for the City. (3) All Coverages. Each insurance policyrequired by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, except after thirty (30) days prior written notice by mail has been given to the City. Contractor shall provide City with 30 days' prior written notice of any reductions in the dollar limits of the policy. E. Acceptabili _ty of Insurers. Insurance is to be placed with insurers with a Bests' rating.of no le~s than A:VIII. F. Verification of Coverage. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. -The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. ~ G. The Risk Manager of City may approve a variation of those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as City may. specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall hake no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreemeht. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the'removal of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, 'cause the removal of such person or persons. Exhibit 4 Page 3 of 4 July 1, 2003 8. STANDARD OF PERFORMANCE. Contractor shall perform all services required pursuant to this Agreement in the manner .and according to the standards observed by a competent practitioner of the profession in'which Contractor is engaged in the geographical,area. All instruments of service of whatsoever rmturc which Contractor delivers to City pursuant to this Agreement shall conform to thc standards of quality normally observed.by a person practicing in Contractor's work. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. Contractor shall take responsibility for Scheduled Work, Additional Work, and Emergency Work as described in Paragraphs 2, 3, and 5 of this Agreement, as such work is performed by Contractor, its ; employees, agents, and subcontractors in accordance with all provisions of this Agreement. Contractor shall bear all losses and damages resulting to it, to any sUbcontractor, to the City, to City officers and employees, or to parties designated by the.City, on account of performance or character.of the work stated above, including Unforeseen difficulties, accidents, occurrences, or other causes predicated on active or passive negligence of the Contractor or any subcontractor. Contractor shall indemnify, defend, and hold harmless thi City, its officers, officials, employees, and agents from and against .any or att loss, liability, expenses of whatever nature, (including costs of defense), suits, and. damages of eVery kind, nature, and description arising from the performance of the work described in the paragraph above. This paragraph shall not be construed to exempt the City, its employees, officers, directors, and agents from its own fraud, willful injury, or violation of law, whether willful or negligent. City shall indemnify, defend, and hold the Contractor, its employees, officers, officials, and agents harmless from and against any and ali loss, liability, expense, claim, costs (including costs of defense), suits and damages of every kind, nature and description arising from the act or omission by the City or any of its officers, officials, employees, and agents. By exectiti0n of this Agreement, the parties acknowledge and agree that each has read and understand the provisions hereof and that this section is a material element of consideration. Approval of the insurance contracts does not relieve the Contractor or Subcontractors from Iiability under this paragraph. 10. GOVERNM_ENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. i 1. COMPLIANCE WITH APPLICABLE LAWS. In performing the services to be provided pursuant to this agreement, Contractor shall comply with.all applicable State and Federal Laws and regulations, including, but not limited to, laws and regulations relating to discrimination and laws requiring injury and illness prevention programs. g:engr-contractWICEtagreernent 03 Exhibit 4 Page 4 of 4 l, 2003