Loading...
HomeMy WebLinkAbout4.08 MCE Service Agreement CITY CLERK File # DIfõ][Q]B1-~1O] AGENDA STATEMENT CITY COUNCIL MEETING DATE: June 7, 2005 SUBJECT: Rcvicw of Services and Amendment to Agrccment With MCE Corporation for Maintenance Services Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) 2) 3) Resolution, together with Exhibit "A", Proposcd Amendment Letter from MCE, with attachments Current 3-Ycar Agreement, dated July I, 2003, and most reccnt amendment RECOMMENDATION: ~ Adopt resolution approving amendment to agreement '\ FINANCIAL STATEMENT: See Description DESCRIPTION: MCE has providcd 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 & Maintcnance · Spill Cleanup · Storm Patrol/Cleanup · Street Landscaping Maintenance · Street Repair (emergency or temporary repair) · Street Tree Maintenance · Striping and Marking (emergency replacement) · Weed Abatcmcnt The current three-year contract with MCE Corporation for maintenance services expires on Junc 30, 2006, and it is proposed to amend the agreement to provide for labor and equipment rate increases. _____~~____________________ww_______~________________~M______~_ COPIES TO: g:\engr~contract\mce\agst amendment 05-06 \CV~ MCE Corporation ITEMNO.~ As in previous years, MCE has submitted a budget proposal for FY 2005-2006, which has been reviewed by Staff in conjunetion with the budget process. The contract language is proposed to remain the same for FY 2005-2006, except for the proposed rate changes, which are discussed in the following paragraph and attached to the contract amendment. Pronosed ChSRlles for 200~-2006 MCE is proposing an average 2% increase in labor rates fur both the crew assigned to Dublin, as well as for the other MCE crews which provide certain specific services as needed, such as minor paving or concrete repair. This 2% is essentially a cost of living increase. Equipment rates are proposed to increase 3% for over the road vehicles and 2% for the minor, low fuel consuming equipment. This increase is primarily to keep pace with the cost of gasoline and diesel fuel. Most of the rates for work performed by subcontractors are proposed to increase by 2% or less. Total expenditures under MCE's contract for FY 2004-2005 are anticipated to be over budget by $47,526, 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. A complete listing of variances from the budget is included in Table I of Attachment 2. The major areas that are estimated to exceed the budget are as follows: Community Promotion: MCE participated more extensively in community events than in prior years, including Day on the Glen, the Tree Lighting Ceremony, St. Patrick's Day Parade and Festival, and the Eggstravaganza. The estimated overage is approximately $16,100. But/thng Management: An estimated $28,670 overage was due to more activity in areas of meeting room setup, HV AC service and adjustments, and improvements resulting ITom safety inspections. The increase in meeting room setup occurred as a result of the closure of Shannon Center and was offset by a reduction of approximately $14,000 in the budget for the Shannon Center. Overages were also experienced in the individual budgets for the Swim Center, existing Senior Center, and Heritage Center, which were primarily related to safety improvements. The overall budget for FY 2005-2006 is projected to be a total of $2,995,908 which represents an increase of $193,142 (6.9%) over estimated FY 2004-2005. The primary reasons for the increase are MCE's proposed rate adjustment, and specific increases in inventory as described below. The largest individual variances between the FY 2005-2006 budget and the estimated actual FY 2004-2005 expenditures are in the categories of General Fund Street Landscape Maintenance (approximately $24,000) and Park Maintenance (approximately $110,000), which are due to increases in areas to be maintained, including Bray Commons and Emerald Glen Park Phase II for the full year, as well as Emerald Glen Phase III for a partial year. The Santa Rita Landscape District maintenance cost is anticipated to increase by $11 ,243, also due to the addition of new areas. Other line items projected to increase are trail and bike path maintenance ($7,420) due to the addition of new portions of the Iron Horse Trail and Tassajara Creek Trail, and drainage maintenance ($20,800). The increase in drainage maintenance is due to the addition of the G-3 box culvert along 1-580 in Dublin Ranch, which will be funded from a designated General Fund Reserve established in Fiscal Year 2004-2005 as the result of a development condition of approval. Table J ofMCE's submittal (Attachment 2) identifies work activities and details actual expenditures fur the prior two fiscal years, the adopted FY 2004-2005 budget, anticipated expenditures for FY 2004-2005, {)..Db ::, and the proposed budget for FY 2005-2006. Table II identifies the workload measures fur the various work programs. Table III identifies the percentage of rate change for various work categories, and Table IV provides a staffing comparison. MCE's staffing level is proposed to increase for FY 2005-2006 by slightly more than one person total. One person is proposed to be added in the Landscape Laborer 2 category, partially offset by a reduction in the Landscape Laborer III category. The hours for the Foreman category were reduced in 2004-2005 due to personnel changes, but will return to the normal level oftbree foremen in 2005-2006. MCE is continuing the Quality Assurance Program, which involves routine inspections based on a system of standards developed in 2003-2004 for Parks, Street Landscaping, and Street Tree Maintenance areas. Any reported deficiencies are corrected in a timely manner. Staff is continuing to work on a system of standards for Building Maintenance. Recommendation Staff recommends that the City Council adopt the resolution approving the amendment to the agreement. '3 Db '3 I Db"::)? RESOLUTION NO. - 05 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* APPROVING AMENDMENT TO AGREEMENT WITH MCE CORPORATION FOR 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 providcd a detailed scope of work and labor rates for Fiscal Year 2003-2004 and was amended with updated rates for Fiscal Ycar 2004-2005; and WHEREAS, said agreemcnt cntitled MCE Corporation (0 request a ratc adjustment during the second and third years; and WHEREAS, MCE Corporation is requesting an adjustment of rates for Fiscal Year 2005-2006, which has been revicwed in conjunction with preparation ofthe budget for Fiscal Year 2005-2006; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the amendment (0 (he agreement with MCE Corporation, attached hereto as "Exhibit A," with an effective date of July I, 2005. BE IT FURTHER RESOLVED that thc Mayor is authorized to execute the amendmcnt. PASSED, APPROVED AND ADOPTED this 7th day of June, 2005. AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk I,..-E: IV\ 'B I '5 lo)¡\o5' g: lc<mtr(1[]t\mcelresolution amendment 2005 ',,'" .J EXHIBIT "A" OF RESOLUTION _.05 ;) DO 3-~ 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 "CONfRACTOR") entered into an agreement to provide Public Works Maintenance Services to CITY (hereinafter referred to as "AGREEMENT); and WHE1ŒAS, said AGREEMENT provided a schedule of rates for Fiscal Year 2003-04 and was amended with updated rates for Fiscal Year 2004-2005; and w;HEREAS, MCE has requested an adjustment of rates for Fisca1 Year 2005-2006; 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 May 24,2005." Section 2. Said Amendment shall be effective as of July 1, 2005. CITY OF DUBLIN MCE CORPORATION Mayor £ ¡? ~nt/~_. President ATTEST: ATTEST City Clerk g:\wntr(1Ct\mcø\4mndm~nt m~ 200) £x h'l b,'t· 't..: /I é'f:J It Hadv,vI.QJ\..t t TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS OF MAY 24, 2005 3Db33 2004 - 2005 RATES 2006 - 2006 PROPOSED RATES CHANGE PERCENT CHANGE MCE CREW EQUIPMENT RATES GILCREST ASPHALT PAVER $120.00 HR $123.60 HR $3.60 3.0% BLAW KNOX ASPHALT PAVER 75.00 HR 77.25 HR 2.25 3.0% BACKHOE '17.50 HR 48.90 HR 1.40 2.9% LOADER 44.25 HR 45.60 HR 1.35 3,1% ROLLER-VIBRATORY 5-8 TON 40.75 HR 41.97 HR 1.22 3.0% ROLLER-YIBRATORY 3-5 TON 40.75 HR 41.97 HR 1.22 3.0% OUMP TRUCK 8-12 C.Y. 44.25 HR 45.60 HR 1.35 3.1% DUMP TRUCK 4-6 C.Y. 40.75 HR 41.97 HR 122 3.0% TRANSIT TRUCK 3 CY 40.75 HR 41.97 HR 1.22 3.0% SAW TRUCK 34.00 HR 35.00 HR 1.00 2.9% PICKUP 13.25 HR 13.65 HR 0.40 3.0% CONCRETE SAW-SELF PROP. 35.00 HR 36.05 HR 1.05 3.0% CONCRETE SAW-SMALL 6.75 HR 6.90 HR 0.15 2.2% AIR COMPRESSOR 20.00 HR 20.40 HR 0.40 2.0% BITUMAL POT 18.75 HR 19.10 HR 0.35 1.9% VIBRA PLATE 10.50 HR 10.70 HR 0.20 1.9% WACKER 10.50 HR 10.70 HR 0.20 1.9% POWER BERM MACHINE 20.00 HR 20040 HR 0.40 2.0% ARROW BOARD 15.00 HR 15.30 HR 030 2.0% PAINT STRIPING MACHINE 15.00 HR 15.30 HR 0.30 2.0% UNIT PRICES CHEMICAL WEED CONTROL ROW. 161.00 AC 164.22 AC $3.22 2.0% FUNGUS SPRAYING - TREES 6.10 EA 6.21 EA 0.11 1.8% (50 TREE MINIMUM) FERTILIZE ONLY TURF o ALL PARKS 131.80 AC 134.45 AC $265 2.0% o FIRESTATIONS 28.75 EA 2875 EA $0.00 0.0% k~C.M. DocumenlslOllblinlaudge\lDublin, city 01- Tebl.. - 2005-2006 5/24/2005 TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT .COSTS AS OF MAY 24, 2005 Lf O,,6~;;;' 2006 - 2006 2004 - 2006 PROPOSED PERCENT RATES RATES CHANGE CHANGE DUBLIN CREW LABOR RATES MAINTENANCE SUPERINTENDENT $55.50 HR $56.60 HR $1.10 2.0% MAINTENANCE SUPERVISOR $48.80 HR $49.80 HR $100 2.0% LANDSCAPE FORE PERSON 42.50 HR 43.30 HR 0.80 1.9% LANDSCAPE LABORER I 35.70 HR 36,40 HR 0.70 2.0% LANDSCAPE LABORER II 30,40 HR 31.00 HR 0,60 2.0% LANDSCAPE LABORER 24.30 HR 24.80 HR 0.50 2.1% DUBLIN CREW EQUIPMENT RATES PICKUP RANGER/SUPERCAB 7,15 HR 7.35 HR $020 2.8% F150 PICKUP 8.15 HR 8.40 HR $0.25 3.1% F250 PICKUP/UTILITY BED 8.65 HR 8.90 HR $0.25 2.9% F350 & F450 FLATBED 9.70 HR 10.00 HR 0.30 3.1% CHAIN SAW 5.80 HR 5.90 HR 0.10 1,7% BRUSH CUTTER 5.15 HR 5.25 HR 0.10 1.9% POWER BLOWER 2.15 HR 2.20 HR 0.05 2.3% POWER HEDGE TRIMMER 3.60 HR 3.65 HR 0.05 1,4% TRAILER SMALL (8') 2.60 HR 2.65 HR 0.05 1.9% POWER WASHER 12.60 HR 12.85 HR 0.25 2.0% ELECTRIC WELDER 7.00 HR 7.15 HR 0.15 2,1% PORTABLE GENERATOR 5.60 HR 5.70 HR 0.10 1.8% WATER TRAILER 9.80 HR 10.00 HR 0.20 2.0% UTILITY CART 3.90 HR 4.00 HR 0.10 2.6% HAND HELD MEDIAN SCRUBBER 5.20 HR 5.30 HR 0.10 1.9% MCE CREW LABOR RATES SUPERINTENDENT $85.00 HR $66.70 HR $1.70 2.0% LOADER/BACKHOE OPERATOR 84.32 HR 86.00 HR 1.68 2.0% ASPHALT PAVER OPERATOR 84.32 HR 86.00 HR 1.68 2.0% ASPHALT PAVER SCREED MAN 81.81 HR 83.45 HR 1.64 2.0% ROLLER OPERATOR 81.81 HR 83,45 HR 1.64 2.0% TRUCK DRIVER 8-12 C.Y. 68.00 HR 69.35 HR 1.35 2.0% TRUCK DRIVER 4-8 CY. 69.09 HR 70.50 HR 1,41 2.0% TRUCK DRIVER 3 C.Y. TRANSIT 68.00 HR 69.35 HR 1.35 2.0% CEMENT FINISHER 63.39 HR 64.65 HR 1.26 2.0% LABORER FOREMAN 61.07 HR 62.30 HR 1.23 2.0% RAKER 59.71 HR 60.90 HR 1.19 2.0% LABORER I 59.43 HR 60.60 HR 1.17 2.0% LABORER 2 5R25 HR 60.45 HR 1.20 2.0% k,\C.M. DocumenlO\DübIIn\Budget\DubIin, City of - Table. "2005-2006 6I2~S TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS OF MAY 24, 2005 56b35 2006 - 2006 2004 - 2006 PROPOSED PERCENT RATES RATES CHANGE CHANGE UNIT PRICES (CONTINUED ...1 FERTILIZE r BROADLEAF TURF 0 FIRE STATIONS 28.75 EA 28.75 EA $0.00 0.0% o ALL STREETS 156.60 AC 159.70 AC $3.10 2.0% o ALL PARKS 156.60 AC 159.70 AC 3.10 2.0% AERATION TURF 0 FIRE STATIONS 28.75 EA 28.75 EA $0.00 0.0% o STREETS 224.25 AC 228.74 AC $4.49 2.0% o ALL PARKS 138.00 AC 140.76 AC 2.76 2.0% MOW TURF o STREET, FIRE STATION, 82.87 AC 84.47 AC $1.60 1.9% STAGECOACH PARK o ALL OTHER PARKS 55.26 AC 56.36 AC 1.10 2.0% EDGING TURF o STREETS, FIRE STATION, 17.62 MLF 17.97 MLF $0.35 2.0% STAGECOACH PARK o ALL OTHER PARKS 15.10 MLF 15.41 MLF 0.31 2.1% CONTRACT BEDDING (ALL AREAS) 301.53 MO/AC 307.56 MorAC $603 2.0% k:IC.M. DocumentslOubllnl6udgatlDubtln, city of - Tab!.. - 2005·2006 5/2412005 II MCE CORPORATION Maintenance - Construction - Engineering February 7, 2005 Ms. Diane Lowart Director of Parks and Communi,ty Services City of Dublin 100 Civic Plaza Dublin, Califomia 94?68 Dear Diane and Melissa: Ms. Melissa Morton Director of Public Works City of Dublin 100 Civic Plaza Dublin, California 94568 /0 Db-:¿3 Enclosed are Tables I, II, III and IV for the initial 2005/2006 budgets for the City of Dublin. Tables I and II that list the actual 200212003, actual 2003/2004, budget 200412005, estimated 2004/2005, and proposed budget 2005/2006 dollar amounts and performance units of measurement respectively. Table III lists the labor and equipment rates used in the 2005/2006 Work Programs. Labor rates for the Dublin Crew and MCE Crew have been increased 2.0% over the 2004/2005 contracted rates to reflect the projected Consumer Price Index increase. Equipment rates for both of the MCE Crews have been raised 3% for over-the-road vehicles using fuel, and 2% for the low fuel consuming equipment to reflect the continued high cost of gasoline and diesel. Subcontract prices have increased an average of 2%. Table IV indicates an increase of approximately one full time person that reflects the increase in workload associated with the new Senior Center building and grounds, and the addition of Emerald· Glen Park for a six month period. Please let me know if you have any questions and how I may be of further assistance. Sincerely, MCE CORPORATION ßð? Stan Smalley President SPS:kjh cc: Joni Pattillo Ginger Russell Bob Cantrell Enclosures DUBLIN, CITY OF L TRS (CM DOCS - DUBLIN - W) ~ 6515 Trinity Court, Dublin, California 94568-2686 . (925) 803-4111 . FAX (925) 803-4405 .._........_._n_........ TABLE I CITY OF DUBLIN PROPOSED BUDGETS AS OF MAY 24, 200S 'ÎDb 33 PROPOSED PROPOSED ACTUAL. ACTUAL. BUDGET ESTIMATED BUDGET ACTIVITY 2002· 2003 2003 . 2004 2004 . 2006 2004.- 2006 2005 - 2006 STREET REPAIR $21,962 $11,231 $47,720 $ 47,723 $ 50,000 206-30200-740-020 DRAINAGE MAINT. $13,385 $12,801 $16,463 $ 15,655 $ 36,481 206-30200-740-021 STORM PATROL. $21,716 $13,913 $18,346 $ 21,174 $ 22,040 206-30200-740-022 CURB & GUTTER I $2,419 $13,661 $7,562 $ 7,584 $ 7,699 SIDEWALK 206-30200-740-023 SIGN REPAIRS/INSTALL. $53,045 $38,415 $52.184 $ 52.281 $ 55,000 206-30200-740-024 NEIGHBORHOOD WATCH $306 $454 $752 $ 665 $ 752 001-30200-740·024 STRIPING & MARKING $3,564 $1,791 $5,279 $ 5,279 $ 5,500 206-30200-740-025 GUARD RAIL REPAIR $0 $220 $199 $ 199 $ 203 206-30200-740-026 WEED ABATEMENT $56,150 $59,952 $56,292 $ 57,426 $ 58.137 206·30200-740-027 BIKE PATH MAINT. $9,655 $19,313 $39,705 $ 39,705 $ 47,125 206c30200-740·028 SPILL CLEANUP $14,012 $12.197 $13,510 $ 15,255 $ 15,881 206-30200-740-030 MAINTENANCE $119,056 $116,808 $121.029 $ 121.029 $ 124,970 SUPERVISION 001-30100-740.029 STREET TREE MAl NT. $76,663 $117,583 $97,352 $ 97,282 $ 99,430 001-30400-740-000 STAGECOACH A D. TREES $163 $1.307 $0 $ 99 $ 101 711·30400·740-000 DOUGHERTY A D. TREES $2,812 $2,549 $0 $ 792 $ 760 713-30400-740-000 SANTA RITA AD. TREES $6.442 $16,813 $16.887 $ 16,128 $ 17,716 716-30400-740-000 LANDSCAPE MAINT. $359,843 $425,030 $502,193 $ 500,329 $ 524,225 001-30500-740-000 Dublin. City or - T.blos· 200~·20œ P.1 TABLE I CITY OF DUBLIN PROPOSED BUDGETS AS OF MAY 24, 2005 6~33 PROPOSED PROPOSED ACTUAL ACTUAL BUDGET ESTIMATED BUDGET ACTIVITY 2002 - 2003 2003 - 2004 2004 - 2005 2004 - 2005 2005 - 2006 COMMUNITY PROMOTIONI $38,848 $70,995 $61.963 $ 76,071 $ 79,544 EVENTS 001-30500-731-000 STAGECOACH A. D. $23.165 $11,193 $11,832 $ 14,590 $ 15,190 LANDSCAPE 711-30500-740-000 DOUGHERTY A. D. $35,033 $18,028 $5,717 $ 10,542 $ 10,759 lANDSCAPE 713-30500-740-000 SANTA RITA A.D. $88,634 $111,374 $155,923 $ 149,764 $ 161,027 LANDSCAPE 716-30500-740-000 PARK MAINTENANCE $918,690 $1,059,021 $1,173,959 $ 1,168,885 $1,278.876 001-80200-740-000 BUILDING MANAGEMENT $208,086 $237,935 $152,051 $ 180,722 $ 179,947 001-10500-740-000 SHANNON CENTER BUILDING $24,139 $ 10,574 $ 7.605 001-80500-740.000 SWIM CENTER BUILDING $9,195 $ 17,059 $ 19.649 001-81000.740.000 CURRENT SENIOR CENTER BLDG. $7,246 $ 14,398 $ 001.80800.740.000 NEW SENIOR CENTER $2,336 $ 2.336 $ 12,137 001.80BOO.740.0oo DUBLIN LIBRARY $14,423 $36,909 $58,308 $ 58,832 $ 63,548 001-80100-740-000 HERITAGE CENTER $6,207 $5,097 $6,873 $ 8,404 $ 8,153 001-B0120-740.D00 DUBLIN CEMETERY $27,721 $43,181 $42,996 $ 42,546 $ 44,256 001-80130-740-000 FIRE STATION BUILDING $7,890 $19,766 $30,003 $ 30,511 $ 31,059 001·20600-740-000 FIRE STATION GROUNDS $2,054 $5,.254 $17,186 $ 16,887 $ 17,738 001-20600-740-000 ADDITIONAL WORK $119,056 $203,1 04 $0 $ 180,000 $ FUNDING ACCT. VARIES TOTAL MCE CONTRACT COST" $2,250,640 $.2,687,895 $2,755,.240 $ 2,982,766 $2,995,908 WIO ADDITIONAL WORK" $2.131,584 $2,464,791 $2,755.240 $ 2,802.766 $2,995,908 Dubün. CIlY of - Tabl" - 200ó-200G Page 2 TABLE II CITY OF DUBLIN PERFORMANCE INDICATORS AS OF MAY 24, 2005 q6b33 BUDGET PROPOSED ACTUAL ACTUAL 2004 - 2005 ESTIMATED BUDGET ACTIVITY 2002 ·2003 2003 . 201J¡1 FINAL 2004 - 2006 2005 - 2006 MAl NT. SUPERVISION A8-01 ,03 (D1) 1,955 HRS 1,934 1,936 1,936 1,964 30100-740.029-001 SPILLS A1-01, 02 (D1) 224 HRS 194 251 279 284 30200-740..027-206 JEMPORARY PATCHING A7-01 60 HRS 42 62 62 63 (D1) 30200-740..020-206 DRAINAGE INSPECTION D1-01 1,410 EA 1,656 1,703 1,735 1,833 (D1) 30200-740..021-222 CATCH BASINS CLEANED D1.02 850 EA 406 616 278 293 (D1) 30200-740-021-222 DITCH CLEANING D1..o4 (D1) 8,628 LF 4,428 8,838 7,458 7,458 30200-740-021-206 STORM PATROL. D2-01, 02 550 HRS 378 432 488 497 INSPECTION I REMOVAL (01) 30200-740..022-206 INSTALL NEW SIGNS 04..01, A5..o1 170 EA 197 272 272 287 (D1) 30200-740-024..001,206 SIGNS REPAIRED D4..o2, 03, AS-02 473 EA 111 140 140 148 (01) 30200-740-024..001,206 CURB PAINTING D5-01 (D1) 2,993 LF 1,607 3,991 3,991 3,991 30200-740-025-206 ROADSIDE SPRAYING D7..o1 67 AC 51 64 64 69 (D1) 30200-740-027-206 REMOVE & REPLACE ASPHALT 5,500 SF 3,000 13,000 13,000 13,800 BIKE PATH INVENTORY 3.15 AC 7.60 7,60 7.60 8.87 BIKE PATH MAINTENANCE D8-01 (01) 230 HRS 428 777 777 908 30200-740-028-206 TREEIBRUSH CUTTING A3-01 (D1) 196 HRS 320 214 214 218 30400-740-000-001,711,713,716 TREE STAKING A3-02(D1,D2,D3,D4,D9) 1,079 EA 505 860 762 812 30400-740-000-001,711,713,716 TREE PRUNINGA3-03,08,09, A4-03(D1 ,D2) 1,735 EA 2,372 2,173 2,271 2,373 (D3,D4,D9) 30400-740-000-001,711,713,716 TREE PLANTING A3-04(D1,D2,D3,D4) 53 EA 76 56 56 56 (D9}30400-740-Ooo-OO1,711,713,716 Dublin, City of - Table. - 2005-2006 TABLE II CITY OF DUSLlN PERFORMANCEIND~ATORS AS OF MAY 24, 2005 /DrJÒ33 SUDGET PROPOSED ACTUAL ACTUAL 2004 - 2005 ESTIMATED aUDGET ACTIVITY 2002 - 2003 2003 - 2004 FINAL 2004 - 2005 2005 - 2006 TREE FERTILIZING A3-05 (01 ,02,D3,D4) EA 566 798 798 857 (09) 30400-740-060-001,711,713,716 TREE WATERING A3-06 (01) 1,710 EA 563 1,502 1,502 1,502 30400~740.ooo·oo1 TREE REMOVAL A2-07, A4-04(01 ,02,D3), 24 EA 32 52 62 69 (04,09) 30400-740-000-001,711,713,716 TREE TRIMMING A4-01 (01) SEA 17 150 150 150 SUBCONTRACTOR 30400·740-000-001 LITTER PICKUP A6..o1, AB..o2(01,02,03) 1,410 HRS 1.448 1,330 1,514 1,552 (04,09) 30200-740-000-001,711,713,716 LEAF CLEANUP AB"03(01.D2,D3.04,D9) 698 HRS 871 636 792 796 30500-740-000-001,711 ,713,716 PRUNE BEDDING PLANTS A6·1 0(D1 ,02) 933 HRS 1,097 1,778 1,715 1,770 (03,04,09) 30500-740..000..001,711,713,716 PRUNE SHRUBS A6"16 (01,02,03.09) 16,849 EA 20,112 25,488 20,050 20,352 30500-740-000..001,711,713,716 MOW MEOIAN TURF A6·21 (01.02,09) 246 AC 253 288 280 280 30500-740-000..001,713,716 EOGE MEOIAN TURF AB-22 (01,02,09) 564 MLF 561 810 761 761 30500-740-000..001,713,716 IRRIGATION INSPECTION/PROGRAM 22,755 STA 24,946 57,290 33,907 37,506 (STREETS) A6-30,31 (D1,02,03,04,09) 30500-740-000-001,711,713,716 IRRIGATION HEAO REPAIRA6-32(01,02) 1,775 EA 1,776 2,466 1,655 2,466 (03,04,09) 30500-740-000-001,711,713,716 OTHER IRRIGATION SYSTEM REPAIRS 560 HRS 653 825 877 947 (VALVES, BACKFLOWS, CONTROLLERS, LINES) A6-33,34,35,36 (01,02,03,04,09) 30500-740-000-001,711,713,716 ILLEGAL SIGNS/HAZARDS A6--e0 (01,02) 191 HRS 275 204 324 324 (09) 30500-740-000..001,716 DubUn. City of - rabl..· 200S-20116 2 TABLE U CITY OF DUBLIN PERFORMANCE INDICATORS AS OF MAY 24, 2005 "0ð33 BUDGET PROPOSED ACTUAL ACTUAL 2004·2005 ESTIMATED BUDGET ACTIVITY 2002 . 2003 2003 . 20~ FINAL 2004 . 2005 2005 . 2006 PARKS ALL ARE BUDGET 80200-740-000-001 PARK TREE PRUNING A3-03,OS,09 674 EA 669 672 704 773 A4-01,03 LITTER PICKUP A6-01 2,173 HRS 2,362 2,741 2,355 2,608 PARK SHRUB PRUNING A6-16 3,608 EA 3,767 5,340 5,297 5,192 MOW PARK TURF A6-21 2,701 AC 3,049 3,341 3,318 3,536 EDGEPARKTURFA6·22 1,011 MLF 1,175 1,483 1,478 1,614 IRRIGATION INSPECTIONI 17,541 STA 17,609 31,008 24,516 34,194 PROGRAM (PARKS) A6-30,31 IRRIGATION HEAD REPAIRA6-32 1,119 EA 1,647 1,140 1,218 1,299 OTHER IRRIGATION SYSTEM 695 HRS 390 659 648 693 REPAIRS (VALVES, BACKFLOWS, CONTROLLERS, LINES) A6-33,34,35,36&37 RESTROOM CUSTODIAL A9-03 1,801 HRS 1,930 2,202 2,459 2,692 PLAYCOURT CUSTODIAL A9·06 162 HRS 201 179 268 243 PLAYGROUND MAINTENANCE A9-09 892 HRS 862 1,177 868 1,062 FOUNTAIN MAINTENANCE A9.10 203 HRS 596 679 665 896 BALL FIELD PREP - GAMES A9-22 196 HRS 248 370 158 285 BALL FIELD MAlNT. A9-23,24 1,091 HRS 1,012 1,230 1,189 1,230 STORM PATROL & CLEANUP D2-01,02 379 HRS 239 223 188 300 Dublin, City 01· Tab"", 2005·2006 3 TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS OF MAY 24, 2006 I;;;" Db "33 2004 - 2006 RATES 2005 . 2006 PROPOSED RATES CHANGE PERCENT CHANGE MCE CREW EQUIPMENT RATES GILCREST ASPHALT PAVER $120.00 HR $123.60 HR $3.60 3.0% BLAW KNOX ASPHALT PAVER 75.00 HR 77.25 HR 2.25 3.0% BACKHOE 47.50 HR 48.90 HR 1.40 2.9% LOÃDER 44.25 HR 45.60 HR 1.35 3.1% ROLLER-VIBRATORY 5-8 TON 40.75 HR 41.97 HR 1.22 3.0% ROLLERNIBRATORY 3-5 TON 40.75 HR 41.97 HR 1.22 3.0% DUMP TRUCK 8~12 C.Y. 44.25 HR 45.60 HR 1.35 3.1% DUMP TRUCK 4-6 C.Y. 40.75 HR 41.97 HR 1.22 3.0% TRANSIT TRUCK 3 C.Y. 40.75 HR 41.97 HR 1.22 3.0% SAW TRUCK 34.00 HR 35.00 HR 1.00 2.9% PICKUP 13.25 HR 13.65 HR 0.40 3.0% CONCRETE SAW-SELF PROP. 35.00 HR 36.05 HR 1.05 3.0% CONCRETE SAW-SMALL 6.75 HR 6.90 HR 0.15 2.2% AIR COMPRESSOR 20.00 HR 20.40 HR 0.40 2.0% BITUMAL POT 18.75 HR 19.10 HR 0.35 1.9% VIBRA PLATE 10.50 HR 10.70 HR 0.20 1.9% WACKER 10.50 HR 10.70 HR 0.20 1.9% POWER BERM MACHINE 20.00 HR 20.40 HR 0.40 2.0% ARROW BOARD 15.00 HR 15.30 HR 0.30 2.0% PAINT STRIPING MACHINE 15.00 HR 15.30 HR 0.30 2.0% UNIT PRICES CHEMICAL WEED CONTROL R.OW. 161.00 AC 164.22 AC $3.22 2.0% FUNGUS SPRAYING - TREES 610 EA 6.21 EA 0.11 1.8% (50 TREE MINIMUM) FERTILIZE ONLY TURF o ALL PARKS 131.80 AC 134.45 AC $2.65 2.0% o FIRESTATtONS 26.75 EA 28.75 EA $0.00 0.0% k:\C.M. Oocumon\$\DubllnlBudgetlDublln, city 01 - Tobl.. - 2006-2006 5/2412005 TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS OF MAY 24, 2005 /3~3~ 2006 - 2006 2004 . 2005 PROPOSED PERCENT RATES RATES CHANGE CHANGE DUBLIN CREW LABOR RATES MAINTENANCE SUPERINTENDENT $55.50 HR $56.60 HR $1.10 2.0% MAINTENANCE SUPERVISOR $48.80 HR $49.80 HR $1.00 2.0% LANDSCAPE FOREPERSON 42.50 HR 43.30 HR 0.80 1.9% LANDSCAPE LABORER I 35.70 HR 36AO HR 0.70 2.0% LANDSCAPE LABORER II ~OAO HR 31.00 HR 0.60 2.0% LANDSCAPE LABORER III 24.30 HR 24.80 HR 0.50 2.1% DUBLIN CREW EQUIPMENT RATES PICKUP RANGERlSUPERCAB 7.15 HR 7.35 HR $0.20 2.8% F150 PICKUP 8.15 HR 8.40 HR $0.25 3.1% F250 PICKUP/UTILITY BED 8.65 HR 8.90 HR $0.25 2.9% F350 & F450 FLATBED 9.70 HR 10.00 HR 0.30 3,1% CHAIN SAW 5.80 HR 5.90 HR 0.10 1.7% BRUSH CUTIER 5.15 HR 5.25 HR 0.10 1.9% POWER BLOWER 2.15 HR 2.20 HR 0.05 2.3% POWER HEDGE TRIMMER 3.60 HR 3.65 HR 0.05 1.4% TRAILER SMALL (8') 2.60 HR 2.65 HR 0.05 1.9% POWER WASHER 12.60 HR 12.85 HR 0.25 2.0% ELECTRIC WELDER 7.00 HR 715 HR 0.15 2.1% PORTABLE GENERATOR 5.60 HR 5.70 HR 0.10 1.8% WATER TRAILER 9.80 HR 10.00 HR 0.20 2.0% UTILITY CART 3.90 HR 4.00 HR 0.10 2.6% HAND HELD MEDIAN SCRUBBER 5.20 HR 5.30 HR 0.10 1.9% MCE CREW LABOR RATES SUPERINTENDENT $85.00 HR $88.70 HR $1.70 2.0% LOADERlBACKHOE OPERATOR 84.32 HR 86.00 HR 1.68 2.0% ASPHALT PAVER OPERATOR 84.32 HR 86.00 HR 1.68 2.0% ASPHALT PAVER SCREED MAN 81.81 HR 83A5 HR 1.64 2.0% ROLLER OPERATOR 81.81 HR 83.45 HR 1.64 2.0% TRUCK DRIVER 8-12 C.Y. 68.CO HR 69.35 HR 1.35 2.0% TRUCK DRIVER 4-ô C.Y. 69.09 HR 70.50 HR 1A1 2.0% TRUCK DRIVER 3 C.Y. TRANSIT 68.00 HR 69.35 HR 1.35 2.0% CEMENT FINISHER 63.39 HR 64.65 HR 1.26 2.0% LABORER FOREMAN 61.07 HR 62.30 HR 1.23 2.0% RAKER 59.71 HR 60.90 HR 1.19 2.0% LABORER I 59A3 HR 60.60 HR 1.17 2.0% LABORER 2 59.25 HR 60.45 HR 1.20 2.0% k:\C.M. Do"""",nIo\OubJln\8udge1\Dub1in, city of . T.bI.. ·2005-2oœ 512412005 TABLE III CITY OF DUBLIN PROPOSED RATES AND UNIT COSTS AS OF MAY 24,2005 /4Œb 53 2005 - 2006 2004 . 2005 PROPOSED PERCENT RATES RATES CHANGE CHANGE UNIT PRICES (CONTINUED ...) FERTILIZE I BROADLEAF TURF 0 FIRE STATIONS 28.75 EA 28.75 EA $0.00 0.0% o ALL STREETS 156.60 AC 159.70 AC $3.10 2.0% o ALL PARKS 156.60 AC 159.70 AC 3·10 2.0% AERATION TURF 0 FIRE STATIONS 28.75 EA 28.75 EA $0.00 0.0% o STREETS 224.25 AC 228.74 AC $4.49 2.0% o ALL PARKS 138.00 AC 140.76 AC 2.76 2.0% MOW TURF o STREET, FIRE STATION, 82.87 AC 84.47 AC $1.60 1.9% STAGECOACH PARK o ALL OTHER PARKS 55.26 AC 56.36 AC 1.10 2.0% EDGING TURF o STREETS, FIRE STATION, 17.62 MLF 17.97 MLF $0.35 2.0% STAGECOACH PARK o ALL OTHER PARKS 15.10 MLF 15.41 MLF 0.31 2.1% CONTRACT BEDDING (ALL AREAS) 301.53 MO/AC 307.56 MQ/AC $6.03 2.0% k~C.M. DocumentsIDubllnlBudgollDublin, CIIy Of· robl.. - 200~2006 5124/2005 TAlIl.E IV /'5 PJ33 CITY OF DUBLIN Sr...FFING COMP"'RI$OIIS All OF MAY 24, 2005 2003 - 2004 2004 - 200~ 2004 . 200~ 2005 ·200S AREA I POSITION ACTUALS BUDGET ESTIMATED PRopoaED PUBLIC WORKS ADMIN. SUPERINTENDENT 1,00 1,00 1.00 1,00 BUilDING MANAGEMENT llF 0.69 0.64 0.64 0.59 ll1 0.73 0.13 0.73 0,73 LL.2 0.21 0,19 0.16 0.19 ll3 0.07 1.63 1.5\'3 1.62 1.51 STREET MAINTENANCE lLF 0.13 0.12 0.12 0.12 lL1 0.25 0.31 0.31 0.31 LL.2 0.17 0.18 0,18 0,18 LL3 0.70 0.79 0,98 1,05 1,25 1.40 1,59 1,00 STREET TREE LLF 0.08 0.07 0,07 0.07 LL1 0.15 0.20 0.20 0,20 LL.2 0.10 0.11 0.11 0,11 lL3 0.47 0.36 0.37 0.35 0,00 0,74 0.75 0,76 STREET LANDSCAPE MAl NT lLF lL1 lL.2 Ll3 PARK MAINTENANCE LLF 0.95 0.94 0,74 0.94 LL1 1,98 2.76 2.64 2.67 lL.2 1.18 1.32 1.31 2.32 LL3 3,70 3.SS 3.59 3.17 7.77 6.70 8,48 9.10 LIBRARY BLOG, LLF 0.05 0.27 0,26 0.27 LL1 0,06 0.19 0.15 0.19 LL.2 0,25 0.05 0,07 0.05 LL3 0,36 0.51 0.48 0.61 NEW S¡¡¡NIOR CENT¡¡¡R LLF 0,01 0.01 0.05 Ll1 0.01 0.10 0,02 0,01 0.16 DutIIin, cttyor, rl;lb~. 2005-2006 "'4f.!005 TABL~ IV )/.Ð 0633 CITY OF DUBLIN STAFFING COMPARISONS AS OF MAY 24, 200II 2003 - 2004 2004 - 200II 2004 ·2005 2005 - 2005 AREA' POSITION ACTUALS BUDQ~T ~STIMATeD PROPOSED HERITAGE CENTER LlF 0.01 0.01 0.01 0.01 LL1 0.02 0.06 0.06 0.06 L12 LLS 003 0,00 0.00 0.00 CEMETERY LLF 0.02 0.02 0.02 0.02 LL1 0.08 0,06 0.08 0,08 L12 O.OB 0.00 0.09 0.09 LL3 0.S6 0.S1 0.29 0,30 0,54 0.60 0.48 0.49 FIRE STATION BLDG. MAl NT. LLF 0.01 O.OS O.OS O,OS LL1 0.10 0.15 0,1S 0,15 L12 LLS 0.11 0.18 0.16 0.18 FIRE STATION LANDSCAPE LLF 0.01 0.01 0.01 Ll1 0,01 O,OS O,OS O.OS LL2 LLS 0.04 0.12 0.12 0.13 0,06 0.16 0,18 0.17 ADOITIONAl WORK ll.F 0.2S o.oa 0.10 0.09 LL1 0,15 0,24 0.23 0.24 L12 0.04 LLS 0,03 0,03 0,42 0.3S 0.S6 0.36 MCe GRAND TOTAL Supt. 1,00 1,00 1.00 1,00 LLF S-OO S.OO 2.60 S.OO LL1 6.00 7.00 7.00 7,00 L12 S.OO 3.00 S.OO 4,00 LLS 6.S9 6.46 6.6$ 8.68 20.39 22.48 22.68 2M8 StaN calculatlDns bailed on the assumption that each houny employee Win WQrk a total of 1,950 hours of regula.r and overtime per }fEIiiT. - Inctud. hours for CQmmunlty ewnU (Promotion). tlYÞ:#n.Cl\'yol-1~~1lI5-~ ,,,,,""'. .... ¿ t. ""'H~tT ".to" W.BoumoN IIÍ... J1ðfJ 3 ~ .' . AMJtNDMENTroA(~1.u;~1ŒrwEtN 'CITY OF DUBLIN ANi) MCI: <:oJtPÒJtATION FOR PUBUC WORKS MA]NTl:NANCE SERVICES , ' ., W1JÊREAS,~July I, 2003,thc City of'DùbJÎn (1Ù:reiœft:criefðrred tou \tCJTY" 8Dd MCE CorJIoœtiOÐ- (haeinaft« r.£eued to 81 "C(JNTllACI'Oll-) entered ÌDto en ~ to proWIePubllc , WoñtsMainteu:aøœServicesto CITY (ber'eiœfter ...&.bod to as .~; øI ' .. '. . ." . '.... " '..~ said AGRB'EtMENT piuvided a øc1-fu1e of rates tbi Fmcal Year 2003-04; and WHRREAS, MCEbasrequeøted aaadju""..·:nt ofrideeibrFisc:al Year20()4..1OOS; . NOW. THERBFORB. the parties heretO agiee" fblloWJ: , . Secti.oÍ:Il. " ~ B, "PaymeDt'!WI..¡n'f',· ofthcAgt-..atsball beæpJaœd withtbe ' , :rates ¡¡"Iirmioil on ,-.tf1N-..hm4!mt loftbia ~ "ProPOsed Rates aød Unit Costs R.e¥iIed June 7, 2004," . ' . . ~...... 2. Said~ ~ be d&,c;tive 81 o£JuIy I, ZOO4,' , CITY OF D1JBLIN MCE CORPOIL\TION ' ATl'EST: A'lTEST: ~~~,~R. ~. , ~ ,....... j f:'it:! .d.-"'-""_. r-...3ODI .~ ._,.......,.,--- ; ¡ß 66,33,' TAbL.E IR ClTV OF DUBLIN ' ' ,', PROPOSED RATES AND UNIT COSTS , AS,SUBMITIED TO COUNCIL. ',R!\I'ISED JUNE 1; ZOO4 2004 " 2005 , 2003· 2Öo4 PROPOSED PERCENT RATES RATES cHANGE CHANGE OUBUN.cREW LABOR RATES MAINTENANCE SUPERINTENDENT $54.40 HR $55.50 HR $1,10 ,2.0% MAINTENANCE, SUPERVISOR $47.90 HR ·$48.80 ' HR $0.90 1.9% LANDSCAPE FOREPERSON -41.65 HR . 42.50 HR 0.85 2,0% , LAND$CAPELABORER I -35.po HR 35.70 HR 0.70 2..0%' lJI,NDSCAPE LABORER It ' 29.30 HR 30.40 HR " , O.eo 2.0% LANDSCAPE LABORER III '23.85 HR 2-4.3(\ HR 0.45 1.9% DUBUN CREW EQUIPMENT RATeS I" on PICKUP RANGERtsUPERCAB ' 1.00 HR 7.,15 HR $0.15 2.1% F150 PICKUP' 6.00 HR. 8.15 HR ' $0.15 1.9% F250 PICKUPJUTILITY 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 1.1;1% BRUSH CUTTER 5.05 HR. 5.15 HR O.~O 2.0% , , ' POWER BLOWER 2.10 I.'IR 2.16 ' HR 0.05 2.4% POWER HEDGE TRIMMER ' 3.55. HR- 3.00 HR 0.05 ,1.4% ,TRAILER SMAL.l (B') 2.55 HR 2.60 HR ,0.05 2.0% POWER WASHER 12.a5HR 12.~ HR 0.25 2.0% eLECTRIC WELDER 6.86 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% UTlL.rTY CART a~ 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, $65.00 HR $7.50 9.7% L.OADERfBACKHOE OPERATOR ,~33 HR &4.32 HR 7.99 10.5% . . ASPHALT PAVER OPERATOR 16.33 HR 64.$2 HR 7.99 10.5% ASP HAL T PAVER SCREED MAN NlA &1.81 ,HR N/A NJA ROL.LER opeRATOR 76.33 HR , 81.81 HR 5.48 7.2% TRUCK DRIVER 8'-12 C.Y. 63.53 HR 5&.00 HR 4.47 7.0% TRUCK DRIVER +6 C.Y. 62.50 HR 69.09 HR ,8.59 10.5% TRUCK DRIVER 3 CY. 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 $.D6HR 61.01 HR 6.01 1 o. go"" RAKER 54.97 HR 59.71 HR 4.74 8.6% LABORER $.71 HR 59.43 HR 5.66 10.5% LABORER 2 NlA 59.25 ' HR N/A NlA k:\C.M qo""rnênts\DUblin\BUdgel\OtJblin. 01y o1-.TabIea· 2004-2005->11, 6I7!O~ " TABLE II . CJTYOF DUBLIN· PROPOSED RATS ÀND UNIT COSTS , AS SUBMITTED TO COUNCIL , REVISED JUNE 7; %004 2004 - 2005 ,PROPO$ED RATES . , 2003 . 2004 RATES MCE CReW EQUIPMENT RATES GILCREST ASPHALT PAVER , BLAW ICNOXASPHALT PAVER BACKHOE LOADER ROLLER-VIBRATORY 5-ð TON ROLLER-VIBRATORY 3-5 TON DUMPTRUCKf!..12 C.Y. DUMp TRUCK 4-6C.Y. TRANSrr TRUCK 3 C.Y. SAW TRUCK' , PICKUP CONCRETE SAW-SELF PROP. CONCRETE SAW-SMAlL AIR COMPRESSOR " ,ê!TJJf#.IL POT VIBRA PLATE WACKER POWER BERM MACHINE ARRaN BOARD PAlNT,STRlPING MACHINE $80.00 HR 55.00 HR ' 47.50 HR '44.25 HR 40.75 HR 40.75 HR 44.25 HR 40.75 HR 40.75 HR 34.00 HR 13.25 HR 35.00 HR 6.75 HR 20.00 HR 12.25 HR 10.50 HR 10.50 HR 20.00 HR NJA NIA UNIT PRICES ' CHEMICAL WEED CONTROL R.O.W. FUNGUS SPRAYING '. TREES '. (60 TREE MINIMUM) FERTILIZE ONLY TURF o 'ALL PARKS Q FIRESTATIONS BROADLEAF SPRAYiNG TURF o AlL PARKS EXCEPT CMC CTR 118.80 AC 5.95 EA 105.80 AC 'N(A 91.00 AC , , k.'\C.M. D~c:uman\$\Dqblln\Budg..l\DUblll\, ~ 01- Tebte. .ZOO4-l005'Ó' $120.00 HR 75.00 HR 47:50 HR 44.25 HR lUJ.75 HR . 40.75 HR 44.25 HR 40.75 HR 40.7.6 HR 34.00 HR 13.25 HR 35.00 Hft 6.75 HR 20.00 HR 16.75 HR 10.50 HR , 10.50 HR' ;20.00 HR 15.00 HR . 15.00 HR 161.00 AC 6.10 EA 131.80 AC 28.75 eA NlA, AC ~ ,'- IC¡ 62J.3 3 PERCENT CHANGE CHANGE $30.00 20.00 0.00 0.00 0.00' 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6.50 ' 0;00 0.00 0.00 NIA NIA $42.20 0.15 $25.90 NlA 33.3%· 36,4% 0.0% 0.0% 0.0% Ó~O% , ·0.0% 0.0% 0.0% 0.0% 0.0% .0.0% O.C% 0,0% 53.1% 0.0% 0.0% 0_0% N/A NlA - 35.5% 2.5% 24.5% . 6(?¡1J~ ,. TABLE III . . QTY OP DUBUN . dO·~3 3 PROPOSEQ RATES AND I.INIT COSTS AS SUBMITTED TO COUNCIL REVIsED JUNE 7. 2004 . ' 2004 . 2006 2003 . 2004 PROPOS~ PERCENT RATES RATes CHANGE CHANGE UNIT PRICES (CONTINUED m) . FERTILizE ( BROADLE.AF TURF . 0 FIRE STATIONS N/A 28.75 .Ef. NIA ; 0 ALL STREETS '66.75 AC 156.60 AC ($10.15) -6.1% ' o ALL þARKS , 93.00 AC .156.60 AC (36.40) -18.9% AERATION TURF. 0 FIRE STATIONS· ' NlA 26.75 EA NlA o STREETS 413.00 AC 224.25 AC, ($166.75) -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 2.0% 'STAGECOACH PARK o ALL OTHER PARKS 54.20 -AC 55.26 AC 1.06 2.0'j\. EDGING TURF o STREETS, FIRE STATtON, 17.30 MLF 17.62 MLF $0.32 1.8% STAGECOACH P~K o ALL OTHER PARKS 14,80 MLF 15.10 MLF 0.30 2.0% . CONTRACT BEDDING (ALL AREAS) 267.00 MO/AC .301.53 MOIAC $34.53 12.9% ,,:\C.M. O,,¡;umenIs\Dublîn\,Budgl>'!> )ubiin. CIo/ CII· Teh!e' - 2OIJ4.2DQp.xla ~104 . í . d:16b"3~ EXHIBIT "A" OFRESOLUTIONISZ. -03 PUBLIC WORKS MAINTENANCE SERVICES AGREEMENT nITS AGREEMENT is made at Dublin, California, as of July 1, 2003, by and between the CITY OF DUBLIN", a Municipal Corporation ("City"), and MCE Corporation, Inc. ("Contractor"), who agree as follows: I. TERM OF AGREEMENT. The term of the agreement shall be for three years, beginning on July 1,2003, and ending on June 30, 2006. This agreement shall supersede all 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 tennination, 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 oftermination. 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 CON1RACT PRICES AND WORK OUANTITY. In the second and third years of the Agreement, no later than March 1st, 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 expenditu.re amounts as appropriate. Upon written approval of both parties, the Agreement shall be extended for one (1) year effective July 1st 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 shaH provide said services at the . time, place, and in the manner specified in Exhibit 1. 4. PAYMENT. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the mamler set forth in Exhibit 2. The payments specified in Exhibit 2 shall be the only payments to be made to Contractor for services rendered pu.rsuant to this Agreement. Contractor shalJ su.bmit all billings for said services to City in the manner specified in Exhibit 2; or, ifno 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 EOUIPMENT. Except as set forth in Exhibit 3, Contractor shall, at its sole cost and expense, fUI11Îsh all facilities and equipment which maybe required for furnishing services pursuant to this Agreement. City shall f1.ltIlish to Contractor only the facilities and equ.ipment listed in Exhibit 3 according to th.e 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. Agreement with MCE Corporation JuJy I, 2003 Page 1 : ( ( :;y::;.. Db ~-¿ 7. EXHmITS. 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 trom 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. RESPONsmLE CHARGE. Contractor shall assign a project manager(s) to the project for the duration of the project. There shall be no change in (he Project Manager or members of the project team without þrior 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: StanJcy 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, 2003 Page 2 ·, I ( ;83 DQ~3 Executed as of the day first herein stated: Attest: . ~1l'~:' ~" ~ity Clerk Approved as to form: CJtI;,L,..r~ )/ ,_ >,. ¿ City Attorney Agreement with MCE Corporation July 1, 2003 Page 3 CITY OF DUBLJN, A Municipal Corporation By ~ MCE CORPORATION ( ( d4D6~3 EXHIBIT 1 SCOPE OF SERVICES AND SCHEDULE The City has elected to perform its public works maintenance 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 provisions of this Agreement. The City and Contractor agree as follows: I. Scope ofW ork; The City retains Contråctor to arrange for, supervise and manage the performance of the work described in the attached Tables 1, II, III and N 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 in Table I at the time and material rates listed in Table III. The Scope of Work set forth ìn the attached Table lincludes 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 Tp.ble 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 a.. otherwise permitted by this Agreement all labor, materials, and supervision necessary for proper p"rformance 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 matooals in the performance of the work; (d) comply with all laws, ordinances, . rules, regulations, and requirements of governmental authorities, pertaining 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 ofthe work set forth in Table I is considered ScheduJed . 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 Dir"ctor 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 ] Page 10[4 July 1, 2003 ( ( ;:)5 ~33 3, Additional Work: City may require Contractor to provide Additional Wark not described herein at rates and quantities negotiated by the City and Contractor. No Additional Work will be illldertaken by Contractor without the prior written approval of the Public Works Director. The Contractor will bill the City for Additional Work in the manner as provided in Table ro, 4. Work Not Subiect to this Al!feement: 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 accordaDce with local ordinaDcesand State laws, may directly purchase materÜÎls or supplies to be used by Contractor, This shall not restrict the Public Works Director from requesting that Contractor, as part of otl1er 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 callout 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 atid holidays, appropriate overtime rates shall be used as set forth in TabJe ro, 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 project are applied in a timely manner. In addition to providing the necessary liaison with the City, the MaintenaDce Superintendent is responsible for: (a) inaking recommendations to the Public Works Director of work that 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 admillistration; (g) maintaining activity reports; and (h) generally administering public works maintenance functions. 7. Work Scheduling Procedures: To the extent possible, it is the intent of this Agreement that the Work be performed on a scheduled, orderly basis, Pri.or to commencement of work, Contractor shall 'prepare a schedule showing proj ected work to be performed throughout the fiscal year, including information such as frequency of weeding, watering, atid other parks maintenance and other similar projected schedules of the work to be performed. Contractor will prepare monWy work schedules and review them with the Public Works Director. These schedules will represent specific work needs identified as the result of the Contractor's recommendations and requests from the Public Works Director or hislher designee. Exhibit 1 Page 2 of 4 July 1, 2003 ( ( ~lODb'?;3 . Emphasis will be placed on identifying needs to ensure proper timing of work (for example, ditches should be scheduled for cleaning before winter rains). The Contractor will comply with reasonable requests of the Public 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 Reuorting 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 previous 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 ofarmual work quantities and expenditures planned versus actu.al. - 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 measures to protect the work and prevent accidents during any and all phases of work. Contractor shan provide and maintain ail necessary barriers, flagmen, and/or signs during maintenance procedures. Contractor will provide at no additional cost aU 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 proceeding. 11. Maintenance of Records: 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 such records shall be provided to the City, including maintenance xecords, certified payroll records, and hard copies of any other computer records such .as inventories of City facilities. 12. Equal Emplovm<:nt OpportUnity: Contractor is an equal opportunity employer and agrees to comply with applicable regulations govemingequal employment opportunity. 13. Prevailing Wage: Contractor shall comply with the provisions of Labor Code Section 1770 et. seq., willi respect to payment of prevailing wages, maintenance of payroll records, and payment of penalties under Labor Code Section 1775. Exhibit I Page 3 of 4 July 1, 2003 ( ( ~ì 00'33 14. Attorney Fees: If either party brings an action agirinst the other party arising out of or in connection with this Agreement entered into between City and O:mtractor, 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 ofini1uence 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 Agreement or which may adversely affect the interests of the City. B. Contractor will endeavor to secure materials from the lowest cost source reasonably available. Exhibit] Pagc 4 of 4 July 1, 2003 ( ( Q.~ 003~ . EXHmIT 2 PAYMENT SCHEDULE City shall pay Contractor an amount 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 perfonned pursuant to this Agreement. Except as provided in Section 1, the total annual estimated budget shall be the sum of the planned expenditure amounts listed in Table 1. The actual amount paid to the Contractor shall be based on the amount of work perfonned according to the costs outlined in Table I and any subsequent "Additional Work" approved by the City. Work items listed in Table I shall be billed on a unit price basis or otherwise as set forth in Table 1. 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 unit 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 writing 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 after the 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 ofthe City of Dublin. Exhibit 2 Page I of 1 July 1, 2003 ( ( étì 150;;:> EXHIBIT 3 City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use wbile consulting with City employees and reviewing records and the information in possession of City. City shall also furnish a yard facility from wbich routine maintenance may be dispatched. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. ill no event shall City be obligated to furnish any facility wbich may involve incuning any direct expense, including, but not lin1Îting the generality oftbis exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit 3 Page I of I July 1, 2003 ( ( :30Ü"b~3 EXHIBIT 4 GENERAL PROVISIONS l, INDEPENDENT CONTRACTOR. At all times during the tmn 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 tlris 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, permits, qualifications and approvals of whatsoever nature which aTe 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 tmn of this Agreement any licenses, permits, and approvals which are legally required for Contractor, 3. TTh1E. Contractor shall devote such time to .the perfonnance of services pursuant to this Agreement as may be reaSonably necessary for satisfactory perfonnance of Contractor's obligations pursuant to this Agreement. 4. JNSURANCE REOUIREMENTS. 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 rrom or in connection with the perfonnance 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 ofmsurance. Coverage shall be at least as broad as: (I) Insurance Services Office form number GL 0002 (Ed, 1/73) covering comprehensive General Liability and Insurance Services Office fonn number GL 0404 covering Broad Fonn Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" fonn CG 0001), (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code I "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Lahar Code of the State of California and Employers Liability msurance. Exhibit 4 Page I of4 July 1, 2003 ( ( 3\ 0b3:) B. Minimum Limits of Insurance. Contractor shall maintain limits no less than; (1) General Liability: $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 limitis used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the reqUired occurrence limit. . (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$I,OOO,OOO per accident. C. Deductibles and Self-Insured Retentions. Any deductibles or self-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: (I) General Liability and Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers are 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 vohmteers. (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 contribute with it. (c) Any failure to comply with reporting provisions of the policies shan 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 claim is made or suit is brought, except with respect to the limits of the insurer's liability. Exhibit 4 Page 2 of 4 July 1,2003 ( ,. \ 32-tb3'3 (2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights 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 policy required by this clause shall be endorsed to state that coverage shall. not be suspended, voided, cancelled by either party, except after thllty (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. Acceptability of Insurers. Ins~ance is to be placed with insurers with a Bests' rating of . no less than A:VIII. F. Verification of Coverage. Contractor shall fumlsh City with certificates of insurance and with original endorsements effecting coverage required by this clause, The certificates and endorsements for each insurance policy ate 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 conì.mences. The City reserves the right to require complete, certified copies of all required insurance policies, at anytime. ,. 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 have no authority, express or implied, pursuant to this Agreementto bind City to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to tms Agreement shall be void and of no effect. 7. PERSONNEL. Contractor shall assign only competent persOMel 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 :my such persons, Coritractor shall, immediately upon receiving notice from City of such desire of City, cause the removal of such person or persons. Exmbit 4 Page 3 of4 .ru1y 1, 2003 ( 'ð3.°b~?:J í 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 nature which Contractor delivers to City pursuant to this Agreement shall conform. to the standards of quality normally observed by a person practicing in Contractor's work. 9. HOLD HARMLESS AND RESPONSffiILITY OF CONTRACTORS. Contractor shall take responsibility for Scheduled Work, Additional Work, and Emergency Work as described in Paragraphs 2, 3, and 5 oftlùs Agreement, as such work is performed by Contractor, its employees, agents, and subcontractors in accordm1ce 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 the City, its officers, officials, employees, and agents from and against any or aU loss, liability, expenses of whatever nature, (including costs of defense), suits, aud 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, aud agents from its own fraud, willful injury, or violation of law, whether willful or negligent. City shaIi indemnify, defend, and hold the Contractor, its employees, officers, officials, and agents harmless from and against any and all 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 execútion of this Agreement, the parties aelmowledge aud agree that each has read and understand the provisions hereof and that this section is a material element of consideration. Approval ofthe ÎillIurance contracts does not relieve the Contractor or Subcontractors from liability under this paragraph. 10. GOVERNMENTAL 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. 11. 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 aud illness prevention programs. . . g..eJ1gr.contractIMCE\ag,..~etrletit 03 Exhibit 4 Page 4 of 4 July I, 2003 ",w" "'.,_