Loading...
HomeMy WebLinkAbout8.3 MCE Review & 3-Yr Agmt CI'TY CLERK # 600-30 AGENDA STATEMENT Ct'TY COUNCIL MEETt'NG DATE: July If 2003 SUBJECT: Review of Services and New Three-Year Agreement With MCE Corporation for Public Works Maintenance Services Report Prelvared by: Lee S. Thoml)son, Public Works Director ATTACHMENTS: 1) Resolution and Proposed Agreement 2) Letter from MCE RECOMMENDATION: Adopt resolution approving agreement FINANCIAL STATE~qT: See Description DESCRIPTION: MCE has provided maintenance services to the City of Dublin since 1984. The services 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 one-year contract with MCE Corporation for maintenance services expires on June 30, 2003, and it is proposed to execute a new three-year agreement with the ability to request annual rate increases. As with previous years, MCE has submitted a budget proposal for FY 2003-2004. This proposal has been reviewed by Staff in conjunction with the budget process. COPIES TO: MCE Corporation ITEM NO. ~ g:\engr-contract\mce\agst review 03 ! _ '~ The proposed agreement is the same as the agreement used for the previous contract, with the following exceptions: Proposed Chan~es for 2003-2004 MCE is proposing an average 6% increase in labor rates for all of the permanent Dublin crew. This 6% increase reflects a 2% cost-of-living increase and a 4% increase for general liability and workmen's compensation insurance rates. The labor rates for other MCE crews, and the vehicle and equipment rates, are proposed to increase by an average of 3.5% and 2.86% respectively. Rates for work performed by subcontractors are proposed to increase generally from 1.9% to 10.4%, for an average of 4.8%. MCE is also requesting an increase of 5% for subcontractor charges (from 10% to 15%). The 15% is consistent with the amount allocated for subcontractor charges when paying contractors for CIP projects through time-and-materials change orders. Total expenditures under MCE's contract for FY 2002-2003 are anticipated to be under budget by $51,022. This does not include "extra work", most of which is in the nature of providing assistance in the management of Capital Projects. The largest variance between the 2002-2003 budget and estimated actual expenditure is a reduction of approximately $38,000 due to the transference of the maintenance of the Stagecoach and Dougherty assessment districts to TruGreen Landscape. The overall budget for 2003-2004 is projected to be a total of $2,574,445 which represents an increase of $422,699 (19.6%) over estimated 2002-2003. 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 a full year of library maintenance. Table I of MCE's submittal (in Attachment 2) identifies work activities and details actual expenditures for the prior two fiscal years, the adopted 2002-2003 budget, anticipated expenditures for 2002-2003, and the proposed budget for Fiscal Year 2003-2004. Table II identifies the workload measures for the various work programs. Table llI 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 2003-2004 by almost three persons: two in the Landscape Laborer I category and one in the Landscape Laborer III category. The main reason for the increase in staff is the addition of street landscaping areas in Eastern Dublin and the addition of a full year of the new library. 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 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 yet to be completed. Field staff have been successful in maintaining daily logs to identify and correct deficiencies. In addition, MCE has developed a schedule for performing monthly Quality Assurance inspections, using staff from their headquarters office. A second issue encountered by the City with MCE last year pertained to the budget process. Although the budget submittals were very detailed, MCE had tended to make submittals after the deadline, Causing time Page 2 constraints on City Staff preparing the Maintenance Operating budgets. MCE has rectified the timing problem this fiscal year, and the budget papers were submitted well within the deadline set by the City Manager. MCE began the process after the December invoices were prepared, instead of waiting until the February financial reports were available. Due to the limited funds in the Dougherty and Stagecoach Landscape Maintenance Assessment Districts, MCE and Staff bid the contract maintenance services for these two (2) districts out to another landscape contractor. Staff brought the award of contract to TruGreen Land Care before the Council last October. This contractor has been performing the weekly maintenance since November 1, 2002. 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, and has resolved the two areas of concern. Staff recommends that the City Council adopt the resolution (Attachment 1) approving the new three-year agreement. RESOLUTION NO. - 03 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AGREEMENT WITH MCE CORPORATION FOR PUBLIC WORKS MAINTENANCE SERVICES WHEREAS, the current agreement with MCE Corporation for Public Works Maintenance Services expires on June 30, 2003; and WHEREAS, the City wishes to continue contracting with MCE Corporation for those services; and WHEREAS, the City and MCE Corporation have negotiated rates and budgets for Fiscal Year 2003-2004; and WHEREAS, said rates and budgets are included in the City's proposed budget for Fiscal Year 2003-2004; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve a new three-year agreement, with the ability to request annual cost-of-living increases, with MCE Corporation attached hereto as "Exhibit A," with an effective date of July 1, 2003.. BE IT FURTHER RESOLVED that the Mayor is authorized to execute the amendment. PASSED, APPROVED AND ADOPTED this 1st day of July, 2003. AYE S: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk g:\engr-contractkMCE~'eso agn't 03 Z~'~:P,'"',, ~., '~ "ii; / 0 ~ EXHIBIT "A" OF RESOLUTION -03 PUBLIC WORKS MAINTENANCE SERVICES AGREEMENT THIS 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: 1. 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 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 termination. 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 AND WORK QUANTITY. In the second and third years of the Agreement, no later than March 1 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) 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 shall 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 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 Agreement. 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 its sole cost and expense, furnish 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. Agreement with MCE Corporation 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 fi'om 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. Sma!ley, 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 Executed as o£the day first herein stated: CITY OF DUBLIN, A Municipal Corporation By Mayor Attest: City Clerk MCE CORPORATION By Maynard Crowther, President Approved as to form: City Attorney Agreement with MCE Corporation July 1, 2003 Page 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: 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 in Table I at the time and material rates listed in Table III. The Scope of Work set forth 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, 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 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 1, 2003 3. Additional Work: City may require Contractor to provide Additional Work not described herein at rates and quantities negotiated by the City and Contractor. No Additional Work will be undertaken 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 III. 4. Work Not Subject 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 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 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 project 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 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 administration; (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. Prior to commencement of work, Contractor shall 'prepare a schedule showing projected work to be performed throughout 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 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 his/her designee. 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 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 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 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 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 measures 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 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 records, certified payroll records, and hard copies of any other computer records such as inventories of City facilities. 12. Equal Emplownent Opportunity: Contractor is an equal opportunity employer 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 July 1, 2003 14. Attorney 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 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 1 Page 4 of 4 July 1, 2003 EXHIBIT 2 PAYMENT SCHEDULE City shall pay Contractor an amount not to exceed the total sum of Two Million, One Hundred Twenty-Two Thousand, Four Hundred Fifty 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 listed 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 Table 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 follo~vs: 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 of the City of Dublin. Exhibit 2 Page 1 of 1 July 1, 2003 EXHIBIT 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 which routine maintenance may be dispatched. The location, quantity, and time of furnishing said physical 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 communication charges, vehicles, and reproduction facilities. Exhibit 3 Page 1 of 1 July 1, 2003 EXHIBIT 4 GENERAL PROVISIONS 1. INDEPENDENT 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, permits, 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. TIME. 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 REQUIREMENTS. 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 with the performance of the work hereunder by the Contractor, his agents, representativesl 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) covering 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 Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of California 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 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 limit is 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 $1,000,000 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: (1) 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 bon'owed 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 contribute with 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 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 (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 policy required 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. Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less 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 have 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 Agreement. 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 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 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 the City, its officers, officials, employees, and agents from and against any or all 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 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 execution 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 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 and illness prevention programs. g:engr-contractlMCElagreement 03 Exhibit 4 Page 4 of 4 July 1, 2003 CORPORATION Maintenance -- Construction -- Engineering Mr. Lee Thompson June 4, 2003 Director of Public Works City of Dublin 100 Civic Plaza Dublin, California 94568 Dear Lee: Attached are the final tables and exhibits that represent the final budgets as submitted to the City Council. Tables I and II list the actual 2000/2001, actual 2001/2002, budget 2002/2003, estimated 2002/2003, and proposed budget 2003/2004 dollar amounts and performance units of measurement respectively. Table III is a comparison of 2002/2003 labor, equipment and unit price rates to 2003/2004 proposed labor, equipment and unit price rates. MCE has proposed a 6.0% increase in the Dublin crew labor rates to reflect the cost of living increase for the Bay Area of 2.0% plus a 4.0% increase for greatly increased general liability and workers compensation insurance rates. MCI:: equipment rates have been increased 2.86%. Subcontract unit prices vary from 2.0% to 10% and average approximately 5% combined increase. Table IV compares the staffing levels for actual 2001/2002, budgeted 2002/2003, estimated 2002/2003, and the proposed 2003/2004. Exhibit B summarizes the various tables into our usual contract format. The markup on subcontractor direct invoices and material bills has been increased to 15% as requested in our March 3, 2003 initial budget submission letter. Please let me know if you have any additional questions or how I may be of further assistance. Sincerely, MCE CORPORATION Stanley P. Smalley Senior Vice President, Contract Management SPS:kjh Enclosures DUBLIN, CITY OF LTRS (CM DOCS - W) 6515 Trinity Court, Dublin, California 94568-2686 · (925) ........ TABLE I ~:,,,, :~)~.,.~ CITY OF DUBLIN PROPOSED BUDGETS REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL BUDGET PROPOSED ACTUAL ACTUAL 2002 - 2003 ESTIMATED BUDGET ACTIVITY 2000 - 2001 2001 - 2002 FINAL 2002 - 2003 2003 - 2004 STREET REPAIR $30,665 $36,990 $35,000 $33,200 $45,265 206-30200-740-020 DRAINAGE MAINT. $7,371 $6,831 $8,234 $8,885 $10,427 206-30200-740-021 STORM PATROL $12,072 $12,614 $15,502 $22,889 $17,438 206-30200-740-022 CURB & GUTTER/ $5,046 $5,956 $6,374 $6,375 $7,433 SIDEWALK 206-30200-740-023 SIGN REPAIRS/INSTALL $40,562 $33,735 $38,546 $38,546 $38,546 206-30200-740-024 NEIGHBORHOOD WATCH $80 $618 $880 $723 $763 001-30200-740-024 STRIPING & MARKING $231 $3,850 $4,840 $4,900 $5,204 206-30200-740-025 GUARD RAIL REPAIR $64 $0 $185 $185 $195 206-30200-740-026 WEED ABATEMENT $52,590 $48,577 $50,790 $51,010 $54,316 206-30200-740-027 BIKE PATH MAINT. $7,938 $19,879 $12,000 $7,224 $9,480 206-30200-740-028 SPILL CLEAN UP $13,573 $9,353 $9,848 $12,134 $14,275 206-30200-740-030 MAINTENANCE $95,417 $95,033 $101,330 $113,518 $118,870 SUPERVISION 001-30100-740-029 STREET TREE MAINT. $52,929 $51,079 $70,337 $69,172 $78,455 001-30400-740-000 STAGECOACH A. D. TREES $1,249 $1,083 $2,611 $183 $0 711-30400-740-000 DOUGHERTY A. D. TREES $2,906 $2,179 $3,236 $1,993 $0 713-30400-740-000 SANTA RITA A.D. TREES $18 $4,452 $8,887 $10,838 $16,572 716-30400-740-000 Dublin, City of - Tables - 2003-2004.xls Page 1 TABLE I CITY OF DUBLIN PROPOSED BUDGETS REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL BUDGET PROPOSED ACTUAL ACTUAL 2002 - 2003 ESTIMATED BUDGET ACTIVITY 2000 - 2001 2001 - 2002 FINAL 2002 - 2003 2003 - 2004 LANDSCAPE MAINT. $225,143 $263,538 $387,608 $389,592 $483,231 001-30500-740-000 COMMUNITY PROMOTION/ $18,988 $28,256 $20,064 $20,064 $60,744 EVENTS 001-30500-731-000 STAGECOACH A.D. $40,646 $33,254 $37,334 $20,363 $9,390 LANDSCAPE 711-30500-740-000 DOUGHERTY A.D. $47,622 $68,719 $51,000 $30,434 $3,486 LANDSCAPE 713-30500-740-000 SANTA RITA A.D. $5,694 $59,714 $101,013 $94,744 $164,350 LANDSCAPE 716-30500-740-000 PARK MAINTENANCE $653,888 $843,295 $982,946 $961,353 $1,106,422 001-80200-740-000 BUILDING MANAGEMENT $155,472 $171,495 $183,160 $191,675 $180,077 001-10500-740-000 DUBLIN LIBRARY $0 $21,606 $11,663 $66,358 001-80100-740-000 HERITAGE CENTER $5,000 $5,694 $5,857 $6,414 $6,738 001-80120-740-000 DUBLIN CEMETERY $28,642 $26,882 $32,863 $32,430 $34,743 001-80130-740-000 FIRE STATION BUILDING $11,608 $8,488 $7,691 $8,295 $27,869 001-20600-740-000 FIRE STATION GROUNDS $1,967 $2,299 $3,027 $2,944 $13,798 001-20600-740-000 ADDITIONAL WORK $49,585 $78,849 $0 $62,849 $0 FUNDING ACCT. VARIES TOTAL MCE CONTRACT COST = $1,566,966 $1,922,712 $2,202,768 $2,214,595 $2,574,445 W/O ADDITIONAL WORK = $1,517,381 $1,843,863 $2,202,768 $2,151,746 $2,574,445 Dublin, City of - Tables - 2003-2004.xls Page 2 TABLE II CITY OF DUBLIN REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL BUDGET PROPOSED ACTUAL ACTUAL 2002 - 2003 ESTIMATED BUDGET ACTIVITY 2000 - 2001 2001-2002 FINAL 2002 - 2003 2003 - 2004 MAINT. SUPERVISION A8-01 (D1) 1,786 HRS 1,710 1,750 1,936 1,936 30100-740-029-001 SPILLS A1-01,02 (D1) 294 HRS 211 222 260 289 30200-740-027-206 TEMPORARY PATCHING A7-01 129 HRS 57 87 50 60 (D1) 30200-740-020-206 DRAINAGE INSPECTION D1-01 1,297 EA 1,178 1,285 1,379 1,499 (D1) 30200-740-021-222 CATCH BASINS CLEANED D1-02 461 EA 427 478 850 923 (D1) 30200-740-021-222 DITCH CLEANING D1-04 (D1) 5,160 LF 10,775 10,875 3,214 8,578 30200-740-021-206 STORM PATROL D2-01, 02 326 HRS 342 417 586 419 INSPECTION / REMOVAL (D1) 30200-740-022-206 INSTALL NEW SIGNS D4-01, A5-01 144 EA 138 115 192 212 (D1) 30200-740-024-001,206 SIGNS REPAIRED D4-02, 03, A5-02 173 EA 73 136 500 133 (D1) 30200-740-024-001,206 CURB PAINTING D5-01 (D1) 1,637 LF 2,749 3,007 4,000 3,991 30200-740-025-206 INSTALL PAVEMENT MARKERS D5-02 38 EA 15 15 15 (D1) 30200-740-025-206 ROADSIDE SPRAYING D7-01 83 AC 84 64 64 64 (D1) 30200-740-027-206 BIKE PATH MAINTENANCE D8-01 (D1) 270 HRS 141 140 160 200 30200-740-028-206 TREE/BRUSH CUTTING A3-01 (D1) 186 HRS 233 152 182 188 30400-740-000-001,711,713,716 TREE STAKING A3-02(D1,D2,D3,D4,D9) 371 EA 523 775 957 1,034 30400-740-000-001,711,713,716 TREE PRUNINGA3-03,08,09, A4-03(D1 ,D2 1,009 EA 1,075 1,550 1,836 1,710 (D3,D4,D9) 30400-740-000-001,711,713,716 TREE PLANTING A3-04(D1,D2,D3,D4) 39 EA 38 70 39 49 (D9)30400-740-000-001,711,713,716 Dublin, City of - Tables - 2003-2004.xls I TABLE II CITY OF DUBLIN REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL BUDGET PROPOSED ACTUAL ACTUAL 2002-2003 ESTIMATED BUDGET ACTIVITY 2000 - 2001 2001-2002 FINAL 2002 - 2003 2003 - 2004 TREE FERTILIZING A3-05 (D1,D2,D3,D4) 0 EA - 556 352 798 (D9) 30400-740-000-001,711,713,716 TREE WATERING A3-06 (D1) 836 EA 1,306 250 1,504 1,502 30400-740-000-001 TREE REMOVAL A3-07, A4-04(D1,D2,D3) 34 EA 19 43 48 52 (D4,D9) 30400-740-000-001,711,713,716 TREE TRIMMING A4-01 (D1) 5 EA 126 150 150 150 SUBCONTRACTOR 30400-740-000-001 LITTER PICKUP A6-01, A6-02(D1 ,D2,D3) 637 HRS 783 1,007 1,376 1,364 (D4,D9) 30200-740-000-001,711,713,716 LEAF CLEANUP A6-03(D1,D2,D3,D4,D9) 626 HRS 575 765 546 522 30500-740-000-001,711,713,716 PRUNE BEDDING PLANTS A6-10(D1,D2) 455 HRS 664 713 1,163 1,228 (D3,D4,D9) 30500-740-000-001,711,713,716 PRUNE SHRUBS A6-16 (D1 ,D2,D3,D9) 7,427 EA 6,529 21,269 20,254 23,986 30500-740-000-001,711,713,716 MOW MEDIAN TURF A6-21 (D1,D2,D9) 128 AC 243 362 294 288 30500-740-000-001,713,716 EDGE MEDIAN TURF A6-22 (D1,D2,D9) 221 MLF 508 1,101 837 810 30500-740-000-001,713,716 IRRIGATION INSPECTION/PROGRAM 15,798 STA 21,786 33,583 29,796 57,290 (STREETS) A6-30,31 (D1,D2,D3,D4,D9) 30500-740-000-001,711,713,716 IRRIGATION HEAD REPAIRA6-32(D1,D2 845 EA 2,239 2,065 1,913 2,649 (D3,D4,D9) 30500-740-000-001,711,713,716 OTHER IRRIGATION SYSTEM REPAIRS 631 HRS 502 592 594 708 (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 333 HRS 226 256 211 208 (D9) 30500-740-000-001,716 Dublin, City of - Tables - 2003-2004.xls 2 TABLE II CITY OF DUBLIN REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL BUDGET PROPOSED ACTUAL ACTUAL 2002 - 2003 ESTIMATED BUDGET ACTIVITY 2000 - 2001 2001-2002 FINAL 2002 - 2003 2003 - 2004 PARKS ALL ARE BUDGET 80200-740-000-001 PARK TREE PRUNING A3-03,08,09 592 EA 920 627 634 651 A4-01,03 LITTER PICKUP A6-01 1,472 HRS 2,294 2,990 2,228 2,888 PARK SHRUB PRUNING A6-16 2,817 EA 3,515 2,822 2,897 3,788 MOW PARK TURF A6-21 2,049 AC 2,386 3,445 2,856 3,186 EDGE PARK TURF A6-22 636 MLF 937 1,354 1,308 1,425 IRRIGATION INSPECTION/ 12,598 STA 15,027 17,703 18,926 26,428 PROGRAM (PARKS) A6-30,31 IRRIGATION HEAD REPAIR A6-32 1,419 EA 2,264 1,130 1,069 1,379 OTHER IRRIGATION SYSTEM 383 HRS 419 468 623 634 REPAIRS (VALVES, BACKFLOWS, CONTROLLERS, LINES) A6-33,34,35,36&37 RESTROOM CUSTODIAL A9-03 1,517 HRS 1,772 2,278 2,040 2,075 PLAYCOURT CUSTODIAL A9-06 49 HRS 120 179 121 135 PLAYGROUND MAINTENANCE A9-09 762 HRS 1,059 1,497 999 1,252 FOUNTAIN MAINTENANCE A9-10 166 HRS 160 215 190 255 BALLFIELD PREP - GAMES A9-22 223 HRS 225 632 395 447 BALLFIELD MAINT. A9-23,24 1,610 HRS 970 1,350 1,200 1,350 STORM PATROL & CLEANUP D2-01,02 216 HRS 106 199 394 180 Dublin, City of - Tables - 2003-2004.xls 3 TABLE III CITY OF DUBLIN PROPOSED REVISED JUNE 3, 2003 2003 - 2004 2002 - 2003 PROPOSED PERCENT RATES RATES CHANGE CHANGE DUBLIN CREW LABOR RATES MAINTENANCE SUPERINTENDENT $51.30 HR $54.40 HR $3.10 6.0% MAINTENANCE SUPERVISOR N/A $47.90 HR LANDSCAPE FOREPERSON 39.30 HR 41.65 HR 2.35 6.0% LANDSCAPE LABORER I 33.00 HR 35.00 HR 2.00 6.1% LANDSCAPE LABORER II 28.10 HR 29.80 HR 1.70 6.0% LANDSCAPE LABORER II1 22.50 HR 23.85 HR 1.35 6.0% DUBLIN CREW EQUIPMENT RATES PICKUP RANGER/SUPERCAB 7.55 HR 7.00 HR ($0.55) -7.3% F150PICKUP 7.55 HR 8.00 HR $0.45 6.0% F250 PICKUP/UTILITY BED 7.55 HR 8.50 HR $0.95 12.6% F350 & F450 FLATBED 9.00 HR 9.50 HR 0.50 5.6% CHAIN SAW 5.60 HR 5.70 HR 0.10 1.8% BRUSH CUTTER 4.95 HR 5.05 HR 0.10 2.0% POWER BLOWER 2.05 HR 2.10 HR 0.05 2.4% POWER HEDGE TRIMMER 3.50 HR 3.55 HR 0.05 1.4% TRAILER SMALL (8') 2.50 HR 2.55 HR 0.05 2.0% POWER WASHER 12.10 HR 12.35 HR 0.25 2.1% ELECTRIC WELDER 6.70 HR 6.85 HR 0.15 2.2% PORTABLE GENERATOR 5.40 HR 5.50 HR 0.10 1.9% WATER TRAILER 9.40 HR 9.60 HR 0.20 2.1% UTILITY CART 3.75 HR 3.85 HR 0.10 2.7% HAND HELD MEDIAN SCRUBBER 5.00 5.10 HR 0.10 2.0% MCE CREW LABOR RATES SUPERINTENDENT $72.45 HR $77.50 HR $5.05 7.0% LOADER/BACKHOE OPERATOR 71.30 HR 76.33 HR 5.03 7.1% ASPHALT PAVEROPERATOR 71.30 HR 76.33 HR 5.03 7.1% ROLLER OPERATOR 68.90 HR 76.33 HR 7.43 10.8% TRUCK DRIVER 8-12 C.Y. 58.15 HR 63.53 HR 5.38 9.3% TRUCK DRIVER 4-6 C.Y. 57.10 HR 62.50 HR 5.40 9.5% TRUCK DRIVER 3 C.Y. TRANSIT 58.15 HR 62.44 HR 4.29 7.4% CEMENT FINISHER 56.85 HR 58.00 HR 1.15 2.0% LABORER FOREMAN 51.85 HR 55.06 HR 3.21 6.2% RAKER 51.85 HR 54.97 HR 3.12 6.0% LABORER I 50.95 HR 53.77 HR 2.82 5.5% k:\C.M. Documents\Dublin\Budget\Dublin, City of - Tables - 2003-2004.xls 6/4/03 TABLE III CITY OF DUBLIN PROPOSED REVISED JUNE 3, 2003 2003 - 2004 2002 - 2003 PROPOSED PERCENT RATES RATES CHANGE CHANGE MCE CREW EQUIPMENT RATES GILCREST ASPHALT PAVER $71.15 HR $90.00 HR $18.85 26.5% BLAW KNOX ASPHALT PAVER 51.75 HR 55.00 HR 3.25 6.3% BACKHOE 45.25 HR 47.50 HR 2.25 5.0% LOADER 42.15 HR 44.25 HR 2.10 5.0% ROLLER-VIBRATORY 5-8 TON 38.80 HR 40.75 HR 1.95 5.0% ROLLER-VIBRATORY 3-5 TON 38.80 HR 40.75 HR 1.95 5.0% DUMP TRUCK 8-12 C.Y. 42.15 HR 44.25 HR 2.10 5.0% DUMP TRUCK 4-6 C.Y. 38.80 HR 40.75 HR 1.95 5,0% TRANSIT TRUCK 3 C.Y. 38.80 HR 40.75 HR 1.95 5.0% SAW TRUCK 32.35 HR 34.00 HR 1.65 5.1% PICKUP CREW CAB 12.95 HR 13.25 HR 0.30 2.3% PICKUP 12.95 HR 13.25 HR 0.30 2.3% CONCRETE SAW-SELF PROP. 32.35 HR 35.00 HR 2.65 8.2% CONCRETE SAW-SMALL 6.45 HR 6.75 HR 0.30 4.7% AIR COMPRESSOR 19.40 HR 20.00 HR 0.60 3.1% BITUMAL POT 11.65 HR 12.25 HR 0.60 5.2% VIBRA PLATE 10.35 HR 10.50 HR 0.15 1.4% WACKER 10.35 HR 10.50 HR 0.15 1.4% POWER BERM MACHINE 19.40 HR 20.00 HR 0.60 3.1% UNIT PRICES CHEMICAL WEED CONTROL R.O.W. 116.41 AC 118.80 AC :$2.39 2.1% FUNGUS SPRAYING - TREES 5.45 EA 5.95 EA 0.50 9.2% (50 TREE MINIMUM) FERTILIZE ONLY TURF O ALL PARKS EXCEPT CiViC CENTER 99.22 AC 105.90 AC $6.68 6.7% ALAMO CREEK & SHANNON BROADLEAF SPRAYING TURF o ALL PARKS EXCEPT CIVIC CTR. 84.50 AC 91.00 AC $6.50 7.7% k:\C.M. Documents\Dublin\Budget\Dublin, City of - Tables - 2003-2004.xls 6/4/03 TABLE Ill CITY OF DUBLIN PROPOSED REVISED JUNE 3, 2003 2003 - 2004 2002 - 2003 PROPOSED PERCENT RATES RATES CHANGE CHANGE UNIT PRICES (CONTINUED ...) FERTILIZE / BROADLEAF TURF o ALL STREETS 151.10 AC 166.75 AC $15.65 10.4% o CIVIC CENTER 177.12 AC 193.00 AC 15.88 9.0% AERATION TURF o STREETS & FIRE STATION 400.97 AC 413.00 AC $12.03 3.0% o ALL OTHER PARKS 57.66 AC 63.50 AC 5.84 10.1% MOW TURF o STREET, FIRE STATION, 79.74 AC 81.25 AC $1.51 1.9% STAGECOACH PARK o ALL OTHER PARKS 53.16 AC 54.20 AC 1.04 2.0% EDGING TURF o STREETS, FIRE STATION, 16.95 MLF 17.30 MLF $0.35 2.1% STAGECOACH PARK o ALL OTHERPARKS 14.53 MLF 14.80 MLF 0.27 1.9% CONTRACT BEDDING (ALL AREAS) 258.80 MO/AC 267.00 MO/AC $8.20 3.2% k:\C.M. Documents\Dublin\Budget\Dublin, City of- Tables - 2003-2004.xls 6/4/03 TABLE IV CITY OF DUBLIN STAFFING COMPARISONS REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL 2001 - 2002 2002 - 2003 2002 - 2003 2003 - 2004 AREA / POSITION ACTUALS BUDGET ESTIMATED PROPOSED PUBLIC WORKS ADMIN. SUPERINTENDENT 1.00 1.00 1.00 1.00 BUILDING MANAGEMENT LLF 0.30 0.69 0.69 0.64 LL1 0.33 0.68 0.68 0.73 LL2 0.54 0.23 0.20 0.28 LL3 0.05 1.22 1.60 1.57 1.65 STREET MAINTENANCE LLF 0.35 0.13 0.13 0.12 LL1 0.03 0.25 0.25 0.31 LL2 0.17 0.17 0.17 0.18 LL3 0.29 0.42 0.50 0.40 0.84 0.97 1.05 1.01 STREET TREE LLF 0.07 0.08 0.08 0.07 LL1 0.15 0.15 0.20 LL2 0.18 0.10 0.10 0.11 LL3 0.22 0.26 0.29 0.31 0.47 0.59 0.62 0.69 STREET LANDSCAPE MAINT. LLF 0.73 0.83 0.83 0.79 LL1 0.80 1.50 1.50 2.25 LL2 0.66 1.05 1.05 1.06 LL3 2.23 2.66 2.32 3.20 PARK MAI NTENANCE LLF 1.03 0.98 0.95 0.94 LL1 1.07 1.90 2.03 2.64 LL2 1.74 1.25 1.39 1.28 LL3 3.27 3.66 3.78 3.62 7.11 7.79 8.15 8.48 LIBRARY BLDG. LLF 0.05 0.05 0.27 LL1 0.11 0.06 0.33 LL2 0.04 LL3 0.00 0.20 0.11 0.60 Dublin, City of - Tables - 2003-2004.xls 6/4/03 1 TABLE IV CITY OF DUBLIN STAFFING COMPARISONS REVISED JUNE 3, 2003 FINAL SUBMISSION TO COUNCIL 2001 - 2002 2002 - 2003 2002 - 2003 2003 - 2004 AREA / POSITION ACTUALS BUDGET ESTIMATED PROPOSED HERITAGE CENTER LLF 0.01 0.01 0.01 0.01 LL1 0.05 0.04 0.05 0.05 LL2 LL3 0.06 0.05 0.06 0.06 CEMETERY LLF 0.05 0.02 0.02 0.02 LL1 0.05 0.05 0.08 0.08 LL2 0.10 0.09 0.09 0.09 LL3 0.15 0.22 0.18 0.18 0.35 0.38 0.37 0.37 FIRE STATION BLDG. MAINT. LLF 0.01 0.01 0.01 0.03 LL1 0.02 0.05 0.05 0.15 LL2 LL3 0.03 0.06 0.06 0.18 FIRE STATION LANDSCAPE LLF 0.01 LL1 0.01 0.01 0.03 LL2 LL3 0.02 0.02 0.02 0.10 0.02 0.03 0.03 0.14 ADDITIONAL WORK LLF 0.39 0.20 0.23 0.10 LL1 0.03 0.26 0.14 0.23 LL2 0.11 0.07 LL3 0.07 0.60 0.53 0.37 0.33 MCE GRAND TOTAL Supt. 1.00 1.00 1.00 1.00 LLF 2.94 3,00 3.00 3.00 LL1 2.38 5.00 5.00 7.00 LL2 3.50 3.00 3.00 3.00 LL3 6.30 7.24 7.09 7.81 16.12 19.24 19.09 2'1.81 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). Dublin, City of - Tables - 2003-2004.xls 6~4~03 2 MCE Corporation Insurance Rate Increase Summary City Of Dublin General Liability Umbrella, 8/1/02 to 7/31/03 8/1/01 to 7/31/02 · 8./1/00 to 7/31/01 & EmplOyment Practices insurance ~ ---. Percent Increase over' prior year 76.3% 19.6% 15.9% 'Automobile & Equipment Insurance Percent Increase over prior year 18.5% 26.9% ' I6.6% Workers Compensation Insurance " W/C Classification Rate. Increase 10/1/02 10/1/01 10/1/00 Percentage Increase Effective 1/1/03 to to to , Current Rate to 2001/02 N__O_O Description ,1¢~,~% acrcss board) ,12/3!/02. 9/30/0~2 9/3Q/01. Rate Increase% IQcre'ase 0042 Landscape Gardening 16,.14% 15.36% 7.40% 8.47% 8.74% 118.1% 5187 Plumbing/:Refrig> $22 8,73% 8.31% 4.07% '3,53% 4.66% 114.5% 5432 Carpentry > ,$22 15.93% 15.16'% '6,50% 6.61% 9.43% 145.1% 5482 Painting > $19 15.00% 14.27% 5.74% N/A 9.,26% 161.3% 5542' Sheet Metal > $21 9.37% 8.92% 3.77% N/A 5.60% 148..5% 8742 Salesperson 1.81% 1.72% 0.68% 0.59%, 1.13% 166.2% 9015 Building Operations 16.68% 15..'87% 6.79% 6.27% 9.89% 145.7% ~.~,.