Loading...
HomeMy WebLinkAbout4.09 AmendMCE Agreement CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: June 22, 1992 SUBJECT: Amendment to Agreement With MCE Corporation for Public Works Maintenance Services (Budget and Rates) Report by Public Works Director Lee Thompson EXHIBITS ATTACHED: 1) Resolution Approving the Proposed Amendment to Agreement and Identifying the Schedule of Work Schedule of Rates for FY 1992-93 Current Agreement Submittal from MCE Corporation, including the following: a) the and 2) 3) c) Comparison of Contract Costs by Fiscal Year (Table I) Comparison of Workload Measures by Fiscal Year (Table II) Comparison of Proposed Changes to Labor and Equipment Rates (Table III) Staffing Comparison Self-Evaluation b) /) :v/ RECOMMENDATIONj \(~J~ Adopt Resolution Approving Amendment to Agreement ~ authorize the Mayor to execute the amendment. d) e) and FINANCIAL STATEMENT: See Description below. DESCRIPTION: since 1984. MCE has provided maintenance services to the City of Dublin Those services which are provided by MCE are as follows: Bike Path Maintenance Building Management and Maintenance Curb, Gutter, and Sidewalk (emergency or temporary repair) Drainage Maintenance Guardrail Repair Park Maintenance Sign Installation, Repair & Maintenance Spill Cleanup Storm Patrol/Cleanup Street Landscaping Maintenance Street Repair (emergency or temporary repair) Street Tree Maintenance Striping and Marking (emergency replacement) Weed Abatement The current three-year contract with MCE Corporation for maintenance services expires in June of 1993. As with previous years, MCE has submitted a budget proposal for FY 1992-93. This proposal has been reviewed by Staff in conjunction with the budget process. The City contracts with MCE Corporation for maintenance services as an alternative to hiring maintenance personnel and purchasing the equipment and vehicles that are necessary for maintenance operations. Staff considers the capital outlay required for vehicles and tools, plus the salary, benefit, training, and personnel administration costs for crew members to be prohibitive for a city of Dublin's size. - - - - - - - - J - 'i\- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ITEM NO.~ COPIES TO: Maynard Crowther, MCE CI~.ERK Stan Smalley, MCE FILE ~ The present Corporation Yard facilities are not sufficient to accommodate an in- house maintenance department. MCE also provides extensive record-keeping functions from the standpoint of tracking inventories and costs which would need to be assumed by City Staff if not provided by a contractor. Shown below is a comparison of the contract costs authorized by the City for Fiscal Year 1991-92, with the estimated costs which will be incurred for FY 1991-92 by activity: ACTIVITY SPILL CLEANUP STREET REPAIR DRAINAGE ~~INTENANCE STORM PATROL CURB, GUTTER, & SIDEWALK SIGN REPAIR/INSTALLATION STRIPING & MARKING GUARDRAIL REPAIR WEED ABATEMENT BIKE PATH MAINTENANCE STREET TREE MAINTENANCE LANDSCAPE MAINTENANCE NEIGHBORHOOD WATCH PARK MAINTENANCE ADDITIONAL WORK MAINTENANCE SUPERVISION STAGECOACH A.D. TREES STAGECOACH A.D. LANDSCAPE DOUGHERTY A.D. TREES DOUGHERTY A.D. LANDSCAPE BUILDING MANAGEMENT TOTAL MCE CONTRACT COST: CONTRACT BUDGET 1991-92 EST. 91-92 EXPENSE AS SHOWN ADOPTED 92-93 BUDGET DOCUMENT $ 6,800 6,600 13 ,200 8,300 6,100 23,600 13,400 1,300 6,000 3,900 66,500 185,000 400 437,200 o 80,400 5,200 33,300 7,900 42,700 76,800 $ 6,200 11 , 300 9,900 9,700 4,000 22,500 9,100 1,300 8,200 5,000 48,500 167,600 200 461,600 47,100 76,300 2,000 35,900 4,400 48,300 76,400 OVER/(UNDER) 1991-92 BUDGET $ (600) 4,700 ( 3,300) 1,400 ( 2,100) ( 1,100) ( 4,300) o 2,200 1,100 (18,000) (17,400) ( 200) 24,400 47,100 ( 4,100) ( 3,200) 2,600 ( 3,500) 5,600 ( 400) $ 1,024,600 $ 1,055,500 $ 30,900 The column identifying year-end expenses is as shown in the adopted 1992-93 Budget. As indicated above, it is anticipated that MCE will spend $30,900 more than they were originally contained in the FY 1991-92 Agreement. However, $47,100 of additional work was authorized during the year, which in effect means that MCE projects to spend $16,200 less on the originally authorized work. Underexpenditures in landscaping and drainage related activities are primarily attributable to low rainfall and restricted water usage. These factors reduced the need for the normal level of drainage maintenance and also caused cutbacks or delays in replanting many plants and trees. Cost savings were also realized since San Ramon Road Phase IV was not ready for City maintenance as early as anticipated. Although the original 1991-92 Agreement did not identify a budget for the Additional Work line item, these expenses were accounted for elsewhere in the City Budget. The Additional Work category consists primarily (75%) of subcontract pool maintenance, which is budgeted for in the Recreation Department's Aquatics Budget. When the 1991/92 Agreement was prepared, it was anticipated that this item would become a direct City contract. However, MCE has continued to handle pool maintenance through their subcontractor. Another large part of this item is setting up of tables and chairs at Shannon Community Center. This function is typically performed by the Building Attendants at Shannon; however, due to problems incurred by Shannon Staff in having attendants perform this function, MCE has periodically performed this service. These costs are accounted for in the Shannon Center activity within the Recreation Department. The anticipated overage in street repair was partially caused by the need to repair failed backfill around a Pacific Bell vault. This cost was offset by reimbursement from Pacific Bell in the amount of $4,234. The anticipated $24,400 overage in park maintenance is primarily due to: Page 2 (1) increased usage at Kolb and Alamo Creek Parks; (2) fountain repair at Civic Center; and (3) fountain repair and other corrective work at Shannon Park. Proposed Services for Fiscal Year 1992-93 The proposed schedule of work for FY 1992-93 is shown in Attachment 1 of the Amendment to the Public Works Maintenance Agreement (Exhibit 1). The scheduled work represents the budget approved by the City Council on June 9, 1992. As indicated in the Schedule of Work, the estimated contract costs for maintenance services provided by MCE for Fiscal Year 1992-93 total $1,050,950. This exceeds the estimated FY 1991-92 maintenance costs of $1,045,000 by $5,950. Service levels, by and large, are primarily the same in 1992-93 as in the prior year. MCE will be assuming maintenance for a larger inventory due to the final acceptance of the San Ramon Road improvements. MCE Corporation has managed to balance the additional costs attributable to operating and inventory increases by proposing a more efficient weed control program. The use of a subcontractor will eliminate the use of "Work Alternative Crews." The following are example of factors which are increasing the operational cost of services provided: 1) A 5% direct wage increase for MCE employees who work permanently in Dublin. This is the same percentage of increase as the FY 91-92 increase over FY 1990-91. A 10% rate increase is proposed for other MCE crews who may be called in for specific pavement repair or other incidental work. The total cost of the work amounts to $10,000 or less of MCE's total annual expense. This higher figure is due to an error in calculation of the 1991-92 rate, which should have been raised 5.5% over the 1990-91 rate but was, in fact, only increased 1% to 2%. 2) Minor adjustments have been made to equipment rates in order to reflect changes indicated by MCE's equipment management system. MCE crew equipment rates have been adjusted to more closely reflect the operating cost of construction equipment. As noted in Item 1 above, very little outside MCE equipment is used in Dublin. 3) Unit prices have been obtained for all proposed unit price work. The unit price for chemical weed control in R.O.W. 's increased 29.3% due to large increases in chemical prices that the subcontractor encountered, even during the current fiscal year. Turf aeration and tree fungus spraying prices have been reduced slightly. All tree trimming prices remain the same as compared to the current fiscal year, except for the cost of pruning City street and median tress, which more than doubled. The subcontractor experienced difficulty during the current fiscal year in achieving expected productivity due to the size of the trees. These trees, of course, will grow even larger during the next year. In approving the City's Fiscal Year 1992-93 Budget, the City Council identified an appropriation of $20,390 for operation of the Heritage Center. These expenses have not been shown in the proposed Scope of Work and will be addressed as "Additional Work" on an as-needed basis once ownership and other project tasks are complete. The Scope of Work also excludes any additional costs for the maintenance of new landscaping in the vicinity of Topaz Road. These costs will need to be determined once the final planting is complete and this will require an adjustment to the proposed Scope of Work. Under this Agreement (Sec. 1, Scope of Work), the City may at any time revise the Schedule of Work identified in Attachment 1. In the event that due to the State Budget Crisis the City finds it necessary to adjust service levels, the Scope of Work can be reevaluated. This has also been reinforced in Section 4 of the Proposed Amendment to the Agreement. Recommendation Staff recommends that the City Council adopt the Resolution (Exhibit 1) approving the anlendmen~ to ~he agreement for 'Fiscal Year 1992-93, which establishes a Schedule of Work and revisions to the labor and equipment rates. The modification to the agreement will be effective for work performed after July 1, 1992. a: (contracts)\maint\agstrev Page 3 RESOLUTION NO. 78-92 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENT TO AGREEMENT FOR MAINTENANCE SERVICES WITH M.C.E. CORPORATION AND IDENTIFYING THE SCHEDULE OF WORK AND SCHEDULE OF RATES FOR FISCAL YEAR 1992-93 WHEREAS, the City of Dublin and M.C.E. Corporation entered into an agreement for provision of maintenance services as of July l, 1990; and WHEREAS, the term of the agreement covers a three-year period expiring on June 30, 1993; and WHEREAS, the City has the ability to terminate the agreement in the event that the performance by M.C.E. Corporation has been unsatisfactory; and WHEREAS, M.C.E. Corporation has submitted a request for adjustment of rates which is in accordance with the provisions of the agreement; and ~rnEREAS, the City of Dublin wishes to have M.C.E. Corporation continue providing services during the upcoming Fiscal Year; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the amendment to the agreement with M.C.E. Corporation which is attached hereto as "Exhibit A," to become effective as of July 1, 1992. Said amendment establishes a Schedule of Work for Fiscal Year 1992-93 and an adjustment to the rates charged pursuant to the agreement and prior amendments. BE IT FURTHER RESOLVED that the Mayor is authorized to execute the amendment to the agreement. PASSED, APPROVED, AND ADOPTED this 22nd day of June, 1992. AYES: Councilmembers Burton, Howard, Jeffery, and Moffatt NOES: None ABSENT: Mayor Snyder ATTC) eit Cl rk a: (contracts\maint\amndreso ANNUAL PUBLIC WORKS MAINTENANCE AGREEMENT BETWEEN CITY OF DUBLIN AND MCE CORPORATION 2 tM&tt&lT ....,...,.,. TABLE OF CONTENTS ANNUAL PUBLIC WORKS MAINTENANCE AGREEMENT TITLE PAGE 1. Scope of Work 1 2. Duration of Agreement and Date of Commencement 2 3. Adjustments to Contract prices and Work Quantity 2 4. Scheduled Work 2 5. Additional Work 3 6. Work Not subject to This Agreement 3 7. Emergency Work 3 8. contract Amount and Prices 3 9. Maintenance Supervision 4 10. Work Scheduling Procedures 4 11. Work Reporting Procedures 4 12. Additional Contractor Responsibilities 5 13. Protection of Work and Public 5 14. compensation and Billing 5 15. Public Works Headquarters 5 16. General provisions 5 17. Maintenance of Records 6 18. Equal Employment opportunity 6 19. Prevailing Wage 6 20. Attorney Fees 6 21. Miscellaneous 6 22. Notices 6 AGREEMENT ANNUAL PUBLIC WORKS MAINTENANCE I-~\ This Agreement is made this ~)t//}1.;-. ;~I (~ , 1990, THE CITY OF DUBLIN, a municlpal corporation ("city"), CORPORATION, a California corporation, ("contractor"). between and MCE The city has elected to perform its public works maintenance and related activities as set forth in Attachment 1 of this document, using private contractors. 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 the 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 Schedule of Work (Attachment 1) and as otherwise specified in this Agreementi and for Additional Work, ("Additional Work") as is called for in this Agreement. Contractor shall perform the types of work listed in section A of Attachment 1 at the unit prices listed in section B or at the time and material rates listed in section C, as appropriate. The Scope of Work set forth in Section A of Attachment 1 includes the maximum amount the city will pay to Contractor for each activity for fiscal year 1990- 1991. Notwithstanding the foregoing, the city may at any time revise the schedule of work identified in Attachment 1 for budgeting or other reasons as deemed necessary by the city and the estimated annual expenditure for Fiscal Year 1990-91 shall be revised accordingly. The Contractor specifically agrees to: (a) undertake the direct responsibility for the performance of the work in accordance with this Agreement i (b) prov ide directl y, or through subcontractors or as otherwise permitted by this Agreement all labor, materials and supervision necessary for the 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 worki (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. 1 2. Duration of Aqreement and Date of Commencement: The term of the Agreement shall be one (1) year commencing July 1, 1990, with provision for an extension of term for two successive one year terms, subject to satisfactory performance during the prior year, as determined by and in the sole discretion of the city. The city has the option to renew the Agreement, subject to the price modifications that may be agreed upon by city and Contractor. Notwithstanding the foregoing paragraph, the services of the Contractor may be terminated by the city by giving ninety (90) days written notice with or without cause. If the city terminates the Agreement, the Contractor shall be compensated for such services up to the point of termination. compensation for work in progress will be prorated as to the percentage of progress completed at the date of termination. Contractor may also terminate its services to the city, but must first provide the City with written notice at least ninety (90) days in advance of termination. In such event, city shall compensate Contractor for services up to the point of termination, as provided above. Compensation for work in progress will be prorated as to the percentage of progress completed at the date of termination. 3. Ad;ustments to contract Prices and Work Quantity: In the event of extension of the Agreement, no later than March 1st, the 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 as provided above. 4. Scheduled Work: All of the work set forth in Attachment 1 is considered Scheduled Work, except as provided ln section 1. 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 endangers the public safety or public or private property and occurs under circumstances making it either impossible or impractical to obtain city approval before proceeding with the work. In such cases, the 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. 2 5. Additional Work: city may require contractor to provide Additional Work not specifically described herein at rates and quantities negotiated by the city and Contractor. No Additional Work will be undertaken by the 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 Attachment 1. 6. Work Not subiect to this Aqreement: 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 Public Works Director from requesting that Contractor, as part of other duties identified in the 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. 7. Emerqencv Work: Emergency call-out procedures will be maintained to provide for emergency response on nights, weekends and holidays. The procedure will be reviewed and updated periodically to ensure its 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 Attachment 1. 8. contract Amount and prices: Except as provided in section I, the total annual estimated budget shall be the sum of the planned expenditure amounts listed in Attachment 1. The actual amount paid to the Contractor shall be based on the amount of work performed according to the costs outlined in Attachment 1 and any subsequent "Additional work" approved by the city. Work items listed in Attachment 1 shall be billed on a unit price basis or otherwise as set forth in Attachment 1. unit Pricing is expressed in terms of Dollars per Work Measurement unit for each item of work. For work listed as "Time and Materials" (T & M), Contractor shall bill the city on the basis of actual costs to the contractor plus a percentage as stated in Attachment 1, section C, to cover overhead and management costs. 3 contractor shall bill Additional Work on the basis mutually agreed to by the contractor and the city at the time the work is incorporated into the annual maintenance program. 9. 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) schedul ing; (d) ass isting 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. 10. work Schedulinq 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. The 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 designee. 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. The contractor will use a service request form to ensure that complete information is obtained on work needs and requests for service. 11. Work Reportinq procedures: The 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. 4 12. 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. 13. protection of Work and public: The take all necessary measures to protect the work accidents during any and all phases of work. provide and maintain all necessary barriers, signs during maintenance procedures. contractor shall and prevent Contractor shall flagmen, and/or The 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. 14. Compensation and Bil1inq: 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 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. 15. pUblic Works Headquarters: city shall provide an office for the Maintenance Superintendent. city shall provide a corporation yard facility from which routine maintenance may be dispatched. Work days shall begin at such time of dispatch from a Dublin corporation yard or as mutually agreed upon by city and Contractor. 16. General provisions: The general provisions set forth in Attachment 2 are part of this Agreement. In the event of any 5 inconsistency between said general provisions and any other terms or conditions of this Agreement, the other terms or conditions shall control, insofar as it is inconsistent with the General Provisions. 17. Maintenance of Records: Contractor shall maintain all books, documents, papers, employee time sheets, accounting records and such other evidence pertaining to costs incurred and shall make these materials available at reasonable times during the contract period and for one year from the date of final payment under this Agreement for inspection by city. 18. Equal Emplovment Opportunity: Contractor is an equal opportunity employer and agrees to comply with applicable regulations governing equal employment opportunity. 19. prevailinq Waqe: 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. 20. 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. 21. 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. 22. Notices. Any notice given under this Agreement shall be served by depositing it in the mail, postage prepaid, to the addresses set forth below: A. Notices to the Contractor shall be addressed to: MCE Corporation 2500 Old Crow Canyon Road, suite 320 San Ramon, California 94583 6 B. Notices to the city shall be addressed to: city of Dublin P. O. Box 2340 Dublin, California 94568 IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year first above written. CITY OF DUBLIN (\?JJLlfJl~ ~ Ma r I ATTEST: //fl" . (7/ ,_ (' /' i) .. ,I} I d i\ i " .' '..... ' \. _,. .. J \) - - - ". ---j \ jl,. . /1 ; (--(C,., C'l1!'/LJ,-_ (l MCE CORPORATION By: May ard A. President / / ATTEST: 7 ATTACHMENT 1 SCHEDULE OF WORK PRELIMINARY CITY BUDGET FISCAL YEAR 1990-91 REVISED JUNE 18, 1990 A. SCOPE OF WORK The following breakdown identifies tasks which are anticipated to be conducted as part of the Annual Public Works Maintenance Agreement for the Fiscal Year 1990-91. Annual estimated costs include management fees as provided in section C. Contractor shall schedule work to adhere to these expenditure levels as provided for in this Agreement. 1990-91 ESTIMATED ANNUAL EXPENDITURE ACTIVITY/SUB-ACTIVITY SPILL CLEAN UP $ 5,800 STREET MAINTENANCE . . . . . . . . . street Repair Drainage Maintenance storm Patrol/Clean Up Curb & Gutter/Sidewalks sign Repair/Maintenance striping/Marking Guardrail Repair Chemical Weed Abatement Bike Path Maintenance Activity Total $ $ MAINTENANCE SUPERVISION STREET TREE MAINTENANCE $ . . . . . . . In-House Tree Maintenance Contract Tree Pruning Contract Tree Trimming contract Tree Removal contract Tree Fungus spraying stagecoach Assessment District Dougherty Assessment District Activity Total $ $ NEIGHBORHOOD WATCH SIGNS STREET LANDSCAPE MAINTENANCE (BEAUTIFICATION) $ . Existing streets Excluding San Ramon Road Phase IV stagecoach Assessment District Dougherty Assessment District . . Activity Total $ 9,800 12,000 14,000 6,500 21,000 14,600 1,300 4,500 3,200 86,900 78,000 43,100 5,600 12,500 2,200 3,600 4,800 8,700 ---------- 80,500 1,700 157,600 24,900 57,500 ---------- 240,000 PARKS MAINTENANCE $ . . . . . . . . . . . . stagecoach Park Kolb Park Dolan Park Alamo Creek Park (Renovated) Dougherty Hills Mape Park Shannon Park (Renovated) (8 Months) Dublin Sports Ground Valley swim Center civic Center senior Center Dublin High School (10 Months) Activity Total BUILDING MANAGEMENT Total 1990-91 Estimated Annual Expenditure B. UNIT PRICES 15,600 38,700 41,900 43,900 10,900 14,700 37,000 112,000 18,900 67,800 500 20,000 ---------- $ $ $ 421,900 69,600 984,400 The following activities shall be completed at the unit Prices indicated. The unit prices are inclusive of all labor, materials, equipment, overhead and management fees. ACTIVITY RIGHT OF WAY MAINTENANCE . Chemical Weed Control TURF MAINTENANCE . Fertilize/Weed Control . Aeration BEDDING MAINTENANCE . Fertilization . Chemical Weed control TREE MAINTENANCE 1990-91 UNIT PRICE $ 120.40 per Acre 110.25 per Acre 350.00 per Acre 114.95 per Acre 116.65 per Acre $ $ Street Trees . Pruning city Median Trees $ 8.52 per Tree . Trim for Clearance Only (Under 30') 20.95 per Tree . Trim for Clearance & Balance 41.90 per Tree (Under 30 I ) . Trim for Clearance Only ( Over 30' ) 38.50 per Tree . Trim for Clerance & Balance 77.00 per Tree (Over 301) . Fungus spraying 4.25 per Tree C. TIME AND MATERIALS RATES The following rates shall be applied to work performed by the contractor which is not specified in section B (Unit Prices). At all times the contractor shall strive to utilize the most cost effective elements possible to complete a project. Appropriate overhead and management fees will be applied as indicated. DESCRIPTION HOURLY DAILY RATES RATES (8 HOURS) OVERTIME HOURLY RATES HOLIDAY HOURLY RATES ----------------------------------------------------------------------- LABOR RATES Dublin Crew Maintenance Superintendent Landscape Foreman Landscape Laborer I Landscape Laborer II Landscape Laborer III MCE Crew superintendent Loader/Backhoe operator Asphalt Paver Roller Operator Tractor operator Truck Driver 8-12 C.Y. Truck Driver 4-6 C.Y. Truck Driver 3 C.Y. Transit Cement Finisher Laborer Foreman Laborer 1 Laborer 2 Laborer 3 DESCRIPTION $30.00 21.50 18.10 15.30 12.10 $240.00 172.00 144.80 122.40 96.80 $45.00 32.25 27.15 22.95 18.15 $ 60.00 43.00 36.20 30.60 24.20 $46.95 $375.60 $70.42 $ 93.90 45.95 367.60 68.92 91.90 44.40 355.20 66.60 88.80 44.40 355.20 66.60 88.80 42.20 337.60 63.30 84.40 37.80 302.40 56.70 75.60 37.25 298.00 55.87 74.50 37.25 298.00 55.87 74.50 35.80 286.40 53.70 71.60 34.20 273.60 51.30 68.40 33.20 265.60 49.80 66.40 32.95 263.60 49.42 65.90 32.80 262.40 49.20 65.60 EQUIP. WAGES TOTAL OPERATED COST INCL. COST HOURLY FRINGE PER PER RATE BENEFITS HOUR DAY -.---------------------------------------------------------------------- EQUIPMENT RATES Dublin Crew * Flatbed Dump * pickup Mower ( 21 " ) Mower (36") Mower (72") Chain Saw Brush Cutter $ 6.50 5.00 2.50 3.50 9.00 4.00 3.00 $ 52.00 40.00 20.00 28.00 72.00 32.00 24.00 DESCRIPTION EQUIP. COST HOURLY RATE WAGES INCL. FRINGE BENEFITS TOTAL OPERATED COST PER PER HOUR DAY ----------------------------------------------------------------------- EQUIPMENT RATES (CONTINUED) Power Blower Power Edger Power Hedge Trimmer power Vacuum (30") Trailer - Large (18') Trailer - Small (8') MCE Crew Asphalt Paver Loader/Backhoe Tractor Roller-Vibratory 3-5 Tons Roller-Vibratory 1-3 Tons Dump Truck 8-12 Yd. Dump Truck 4-6 Yd. Transit Truck 3 Yd. pickup Crew Cab pickup concrete Saw-Self Propelled Concrete Saw - Small Compressor Bitumal Pot Vibra Plate Wacker Power Berm Machine OVERHEAD AND MANAGEMENT FEES Applied to MCE Operations Applied to Subcontract Work * NOTE: $ 2.00 2.00 2.00 7.00 3.00 1. 80 $37.50 27.50 22.50 15.00 12.00 22.50 20.00 20.00 7.00 6.50 12.50 8.00 10.00 6.00 6.00 6.00 10.00 $ 44.40 45.95 42.20 44.40 44.40 37.80 37.25 37.25 $81. 90 73.45 64.70 59.40 56.40 60.30 57.25 57.25 $ 16.00 16.00 16.00 56.00 24.00 14.40 $655.20 587.60 517.60 475.20 451. 20 482.40 458.00 458.00 56.00 52.00 100.00 64.00 80.00 48.00 48.00 48.00 80.00 20 percent to Street Maintenance 15 percent to all Park Maintenance 10 percent Dublin Flatbed and pickup rates include cost of two way radios and hand tools. ATTACHMENT 2 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 it 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 its 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 of services pursuant to this Agreement as necessary for satisfactory performance obligations pursuant to this Agreement. to the performance may be reasonably of contractor's 4. INSURANCE REOUIREMENTS. contractor shall procure and maintain for the duration of this Agreement 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, its agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. (a) Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Form Number GL 0002 (Ed. 1/73) 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. 1 3. Workers' compensation insurance as required by the Labor Code of the state of california and Employers Liability Insurance. (b) Minimum Limits of Insurance. contractor shal~ 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) Deductib1es and self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the city. At the option of the city, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the city, its officers, officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. (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 borrowed by the contractor. The coverage shall contain no special limitations on the scope of the protection afforded to the city, its 2 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 in 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. 2. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either pcrty, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the city. e. Acceptabilitv of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII. f. verification of Coveraqe. 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. subcontractors. contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 3 h. The Risk Manager of city may approve a variation in 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. 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 work in which Contractor is engaged in the same geographical area. All instruments of service of whatsoever nature which contractor delivers to city pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person performing Contractor's work. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTOR: contractor shall take responsibility for Scheduled Work, Additional Work, and Emergency Work as described in paragraphs 4, 5 and 6 of this Agreement, as such work is performed by contractor, its employees, agents, and subcontractor 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 4 against any or all loss, liability, expense, claim, costs (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 and officers 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, directors 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. 5 [I MCE CORPORATION Maintenance - Construction - Engineering June 16, 1992 Mr. Lee Thompson Public Works Director city of Dublin P.o. Box 2340 Dublin, California 94568 RE: 1991-92 CONTRACT REVIEW AND 1992-93 PROPOSAL FOR SERVICES Dear Mr. Thompson: On February 13, 1992 I provided you with preliminary Tables I, II and III concerning our subject review and staffing comparisons. Enclosed are revised Tables I, II and III as well as staffing comparisons dated this date that reflect all final values as approved in the budget review. Also enclosed is a revised Attachment 1 which also reflects the scope of work as approved in the final budget with the exception of the funds for maintenance of the Heritage Center and additional landscape maintenance planned for the Stagecoach Assessment District area. Thank you for the opportunity to work with you. know how I may be of further assistance. Please let me Sincerely, MCE CORPORATION ~~ Stanley P. Smalley vice President, Contract Management SPS:kjh Enclosures THOMPSON. 616:C:SPS 3 2500 Old Crow Canyon Road, Suite 320, San Ramon, C Mc.& S~.",ff""" TABLE I CITY OF DUBLIN REVISED JUNE 16, 1992 BUDGET ACTUAL ACTUAL BUDGET 1991-92 PROPOSED ACTIVITY 1989-90 1990-91 1991-92 (REVISED) 1992-93 -------------------------- -------- -------- ---------- ---------- ---------- SPILL CLEANUP $ 6,931 $ 4,053 $ 6,800 $ 6,200 $ 6,600 STREET REPAIR 24,555 8,091 6,600 11,300 5,900 DRAINAGE MAINTENANCE 6,494 6,185 13,200 9,900 10,700 STORM PATROL 4,351 4,343 8,300 9,700 10,200 CURB & GUTTER/SIDEWALK 4,725 523 6,100 4,000 4,000 SIGN REPAIRS/INSTALLATION 15,935 20,232 23,600 22,500 23,200 STRIPING & MARKING 30,631 4,786 13,400 9,100 11,400 GUARDRAIL REPAIR 0 0 1,300 1,300 1,300 WEED ABATEMENT 6,528 4,694 6,000 8,200 8,000 BIKE PATH MAINTENANCE 2,112 1,113 3,900 5,000 5,280 STREET TREE MAINTENANCE 49,738 58,001 66,500 48,500 60,000 LANDSCAPE MAINTENANCE 144,442 157,328 185,000 167,600 190,800 NEIGHBORHOOD WATCH 676 231 400 200 700 PARK MAINTENANCE 319,944 377,294 437,200 461,600 456,800 ADDITIONAL WORK 82,736 32,315 0 47,100 0 MAINTENANCE SUPERVISION 72,856 76,944 80,400 76,300 83,900 STAGECOACH A. D. TREES 2,624 846 5,200 2,000 2,970 STAGECOACH A. D. LANDSCAPE 23,996 29,598 33,300 35,900 39,200 DOUGHERTY A. D. TREES 1,564 3,411 7,900 4,400 7,100 DOUGHERTY A. D. LANDSCAPE 32,963 44,222 42,700 48,300 49,100 BUILDING MANAGEMENT N/A 62,947 76,800 76,400 73,800 -------- -------- ---------- ---------- ---------- TOTAL MCE CONTRACT COST $833,801 $897,157 $1,024,600 $1,055,500 $1,050,950 THE 1990-91 MCE CONTRACT COSTS EXCEEDED THE ORIGINALLY ADOPTED BUDGET IN WEED ABATEMENT BY $ 194 OR 4% AND IN STAGECOACH A.D. LANDSCAPE BY $ 4,698 OR 18.9%, HOWEVER STAGECOACH A.D. TREES WAS UNDERSPENT BY $ 3,954 WHICH BROUGHT THE TOTAL FOR STAGECOACH A.D. IN OVER BUDGET BY $ 744 OR 2.5%. THE TOTAL 1990-91 MCE CONTRACT COSTS WERE UNDER THE ORIGNALLY ADOPTED BUDGET (EXCLUDING ADDITIONAL WORK) BY $ 119,558 OR 12.1%. SIGNIFICANT UNDER RUNS IN COSTS (10% OR MORE) OCCURRED IN THE FOLLOWING AREAS: -------------------------- AMOUNT UNDER BUDGET ACTIVITY SPILL CLEANUP $ STREET REPAIR DRAINAGE MAINTENANCE STORM PATROL CURB & GUTTER/SIDEWALK STRIPING & MARKING GUARDRAIL REPAIR BIKE PATH MAINTENANCE STREET TREE MAINTENANCE NEIGHBROHOOD WATCH SIGNS PARK MAINTENANCE DOUGHERTY ASSESSMENT DISTRICT 1,747 1,709 5,815 9,657 5,977 9,814 1,300 2,087 8,999 1,469 44,606 18,567 TABLE192:MCE:C:WK1:6/16/92:SPS 30.1 % 17.4 % 48.5 % 69.0 % 92.0 % 67.2 % 100.0 % 65.2 % 13.4 % 86.4 % 10.6 % 28.0 % TABLE II CITY OF DUBLIN REVISED JUNE 16, 1992 BUDGET ACTUAL ACTUAL BUDGET 1991-92 PROPOSED ACTIVITY 1989-90 1990-91 1991-92 (REVISED) 1991-92 --------------------------- -------- -------- --------- --------- -------- SPILLS 182 HRS 141 158 205 204 TEMPORARY PATCHING 43 HRS 98 99 92 99 REMOVE AND REPLACE ASPHALT 3,317 SF 0 0 0 0 DRAINAGE INSPECTION 943 EA 956 1,968 1,968 1,968 CATCH BASINS CLEANED 41 EA 48 197 148 148 DITCH CLEANING 0 LF 957 229 0 46 STORM PATROL INSPECTION/ 131 HRS 162 268 370 370 REMOVAL REPLACE SIDEWALK 217 SF 0 0 0 0 CURB & GUTTER REPLACEMENT 126 LF 0 0 0 0 INSTALL NEW SIGNS 80 EA 78 91 86 85 SIGNS REPAIRED 204 EA 194 224 234 239 STRIPING-LANE LINES 53,334 LF 0 0 0 0 STRIPING-LETTERS/SYMBOLS 848 EA 0 0 0 0 STRIPING-CROSSWALKS 16,345 LF 0 0 0 0 CURB PAINTING 8,080 LF 10,068 18,276 18,276 18,276 INSTALL PAVEMENT MARKERS 261 EA 27 167 167 167 ROADSIDE SPRAYING 32 AC 9 14 14 19 BIKE PATH MAINTENANCE 181 HRS 50 159 89 95 CITY-OWNED TREES 2,798 EA 2,798 2,874 2,655 2,874 RESIDENTIAL STREET TREES 4,991 EA 4,991 4,991 4,991 4,991 TREE STAKING 1,022 EA 1,393 1,527 1,055 1,322 TREE PRUNING 925 EA 788 1,850 1,355 1,373 TREE FERTILIZING 0 EA 0 2,434 900 1,834 TREE/BRUSH CUTTING 828 HRS 1,080 967 358 363 TREE TRIMMING SUBCONTRACTOR 110 EA 172 250 97 125 TREE REMOVAL 0 EA 2 5 3 3 TREE WATERING 3,821 EA 1,196 1,290 1,085 1,161 TREE REPLACEMENT 87 EA 8 22 0 25 LITTER PICKUP 620 PM 226 106 197 200 LANDSCAPED AREA 16.17 AC 16 20.61 16 20.61 IRRIGATION STATIONS 471 EA 492 525 492 525 IRRIGATION HEADS 7,506 EA 7,843 8,929 7,843 8,929 BANNER INSTALLATION 343 HR 287 574 379 460 MOW MEDIAN TURF 69 AC 122 125 127 131 EDGE MEDIAN TURF 202 MLF 312 271 265 271 IRRIGATION INSPECTION/ 5,581 EA 13,921 15,321 16,203 16,885 PROGRAM (STREETS) REPAIR PAVER STONES 71 HRS 99 150 150 150 MAINTENANCE SUPERVISION 1,850 HRS 1,832 1,832 1,738 1,832 MOW PARK TURF 1,541 AC 1,653 1,704 1,817 1,842 IRRIGATION INSPECTION/ 2,647 EA 6,942 10,530 15,614 15,642 PROGRAM (PARKS) PARK TURF 37.46 AC 39.13 42.60 42.60 42.60 PARK BEDDING 4.37 AC 5.69 6.17 6.17 6.38 PARK TREES 1,049 EA 1,459 1,725 1,725 1,725 PARK IRRIGATION STATIONS 234 EA 312 351 351 351 PARK IRRIGATION HEADS 2,468 EA 4,468 5,158 5,158 5,158 PARK SHRUBS 1,946 EA 5,183 6,321 6,321 6,321 TABLE292:MCE:C:WK1:6/16/92:SPS TABLE III CITY OF DUBLIN REVISED JUNE 16, 1992 1991-92 RATES LABOR RATES -------------------------- DUBLIN CREW MAINTENANCE SUPERINTENDENT LANDSCAPE FOREMAN LANDSCAPE LABORER I LANDSCAPE LABORER II LANDSCAPE LABORER III $ 32.50 HR 22.80 HR 19.20 HR 16.20 HR 13.00 HR DUBLIN EQUIPMENT RATES -------------------------- PICKUP W/R & HT FLATBED W/R & HT MOWER (21") MOWER (36") MOWER (72") CHAIN SAW BRUSH CUTTER POWER BLOWER POWER EDGER POWER HEDGE TRIMMER POWER VACUUM (30") TRAILER LARGE (18') TRAILER SMALL (8') POWER WASHER ELECTRIC WELDER PORTABLE GENERATOR WATER TRAILER $ 5.00 HR 6.50 HR 2.00 HR 3.00 HR 10.00 HR 4.00 HR 3.50 HR 1. 50 HR 1. 50 HR 2.50 HR 5.00 HR 2.50 HR 1. 80 HR 9.00 HR 5.00 HR 4.00 HR 7.00 HR MCE CREW -------------------------- SUPERINTENDENT LOADER/BACKHOE OPERATOR ASPHALT PAVER OPERATOR ROLLER OPERATOR TRUCK DRIVER 8-12 C.Y. TRUCK DRIVER 4-5 C.Y. TRUCK DRIVER 3 C.T. TRANSIT CEMENT FINISHER LABOR FOREMAN LABORER I LABORER II LABORER I I I $ 47.40 HR 46.40 HR 44.85 HR 44.85 HR 38.30 HR 37.80 HR 37.80 HR 36.50 HR 34.65 HR 33.65 HR 33.45 HR 33.30 HR PAGE 1 OF 2 1992-93 RATES $ 34.10 HR $ 23.90 HR 20.20 HR 17.10 HR 13.70 HR $ 5.00 HR 6.00 HR 2.00 HR 3.00 HR 9.50 HR 4.00 HR 3.50 HR 1. 50 HR 1. 50 HR 2.50 HR 2.50 HR 2.50 HR 1. 80 HR 9.00 HR 5.00 HR 4.00 HR 7.00 HR 51. 80 HR $ 50.80 HR 49.10 HR 49.10 HR 42.10 HR ' 41. 50 HR 41. 45 HR 40.45 HR 38.05 HR 37.00 HR 36.75 HR 36.60 HR CHANGE 1. 60 HR 1. 10 HR 1. 00 HR 0.90 HR 0.70 HR PERCENT CHANGE 4.9 % 4.8 % 5.2 % 5.6 % 5.4 % N/C -0.50 HR -7.7 % N/C N/C -0.50 HR -5.0 % N/C N/C N/C N/C N/C -2.50 HR -50.0 % N/C N/C N/C N/C N/C N/C 4.40 HR 4.40 HR 4.25 HR 4.25 HR 3.80 HR 3.70 HR 3.65 HR 3.95 HR 3.40 HR 3.35 HR 3.30 HR 3.30 HR 9.3 % 9.5 % 9.5 % 9.5 % 9.9 % 9.8 % 9.7 % 10.8 % 9.8 % 10.0 % 9.9 % 9.9 % TABLE III (CONTINUED. . . ) CITY OF DUBLIN REVISED JUNE 16, 1992 1991-92 1992-93 PERCENT RATES RATES CHANGE CHANGE ------- -------- ------- ------- MCE EQUIPMENT RATES -------------------------- ASPHALT PAVER $ 37.50 HR $ 37.50 HR N/C LARGE ASPHALT PAVER N/A 43.75 HR N/A N/A BACKHOE 32.50 HR 35.00 HR $ 2.50 7.7 ~ 0 LOADER 31.25 HR 33.00 HR 1. 75 5.6 ~ 0 ROLLER-VIBRATORY 3-5 TON 18.75 HR 20.00 HR 1. 25 6.7 ~ 0 ROLLER-VIBRATORY 1-3 TON 15.00 HR 15.75 HR 0.75 5.0 % DUMP TRUCK 8-12 C.Y. 25.00 HR 26.25 HR 1.25 5.0 % DUMP TRUCK 4-6 C.Y. 22.50 HR 23.75 HR 1. 25 5.6 ~ 0 TRANSIT TRUCK 3 C.Y. 22.50 HR 23.75 HR 1. 25 5.6 ~ 0 SAW TRUCK N/A 13.50 HR N/A N/A PICKUP CREW CAB 8.50 HR 9.00 HR 0.50 5.9 % PICKUP 7.50 HR 7.50 HR N/C CONCRETE SAW-SELF PROP. 12.50 HR 13.50 HR 1. 00 8.0 % CONCRETE SAW-SMALL 8.00 HR 8.00 HR N/C AIR COMPRESSOR 12.50 HR 13.25 HR 0.75 6.0 % BITUMAL POT 6.25 HR 7.00 HR 0.75 12.0 ~ 0 VIBRA PLATE 6.50 HR 7.00 HR 0.50 7.7 % WACKER 6.50 HR 7.00 HR 0.50 7.7 ~ 0 POWER BERM MACHINE 12.50 HR 13.75 HR 1. 25 10.0 ~ 0 UNIT PRICES -------------------------- CHEMICAL WEED CONTROL R.O.W. 127.65 165.00 37.35 29.3 % TREE TRIMMING UNDER 30' 41. 90 41.90 N/C TREE TRIMMING OVER 30' 77.00 77.00 N/C FERTILIZE TURF 116.85 122.54 5.69 4.9 % AERATION TURF 148.50 141. 07 (7.43) (5.0)% PRUNE PARK TREES OVER 20' 54.40 54.40 N/C FUNGUS SPRAYING - TREES 4.70 4.57 (0.13) (2.8)% (50 TREE MINlNUM) PRUNE CITY STREET & MEDIAN TREES 8.52 18.70 10.18 119.48 ~ 0 TABLE392:MCE:C:WK1:6/16/92:SPS PAGE 2 OF 2 STAFFING COMPARISONS CITY OF DUBLIN -JUNE 16, 1992 AREA/POSITION 1991-92 BUDGET 1991-92 ESTIMATED 1992-93 APPROVED ------------------------- PUBLIC WORKS ADMIN. SUPERINTENDENT 1. 00 1. 00 1. 00 BUILDING MANAGEMENT LLI LLIII 1. 00 0.30 1. 00 0.30 1. 00 0.30 1. 30 1. 30 1.30 STREET MAINTENANCE LLII 0.50 0.50 0.50 LLIII 1. 00 0.70 1. 00 ---------- ---------- --------- 1. 50 1.20 1.50 STREET TREE LLII 0.50 0.50 0.50 LLIII 0.75 0.75 0.50 ---------- ---------- --------- 1. 25 1.25 1. 00 STREET LANDSCAPE MAINT. LLF 1. 00 1. 00 1. 00 LLI 1. 00 1. 00 1. 00 LLII 1. 00 1. 00 1. 00 LLIII 2.25 1.25 1. 70 ---------- ---------- --------- 5.25 4.25 4.70 PARK MAINTENANCE LLF LLI LLII LLIII GRAND TOTAL 1. 00 1. 00 1. 00 1. 00 1. 00 1. 00 2.00 2.00 2.00 3.00 3.00 3.00 ---------- ---------- --------- 7.00 7.00 7.00 ---------- ---------- --------- ---------- ---------- --------- 17.30 16.00 16.50 DUBSTF92:MCE:C:WKl:6/16/92:SPS II MCE CORPORATION Maintenance - Construction - Engineering MCE CORPORATION SELF-EVALUATION QUALITY OF SERVICES MCE believes it has provided a high level of service to the city of Dublin and in a responsive manner. The attached Service Request Summary Five Year statistics and the June 30, 1991 Service Request Summary shows that total service requests per year have dropped from 181 in fiscal year 1985-86 to 20 in fiscal year 1990-91. At the same time the evaluation of how the service requests are handled has risen from 4.20 to 4.56 over the same time frame. EXPENDITURES MCE has consistently under spent the approved budget over the last two years. In 1989-90, MCE underexpended the approved budget by 21% and in 1990-91, the amount of underexpenditure was 12%. We are constantly looking for ways to reduce the cost of maintenance to the city of Dublin. We are subcontracting out work when we can obtain unit price commitments that can perform work at a lower unit cost than in-house work forces. PERFORMANCE-BASED WORK PROGRAM AND BUDGET MCE's continued use of the performance-based work program and budget with the resulting management reports allows us the capability to track costs and compare unit costs as discussed in the previous paragraph. The system is used to update prior year's planning values in order to more accurately budget for the following year. Inventory items are updated to reflect construction changes to the street and park systems. As additional parks, streets, assessment districts and renovation projects are proposed for the city, annual maintenance costs can be projected based on the types and quantity of physical features that are being proposed for the facility. 1 2500 Old Crow Canyon Road, Suite 320, San Ramon, California 94583 . (510) 837-4111 MCE CORPORATION SELF-EVALUATION CONTINUED SHIFT WORK MCE continues to provide staff to administer the Work Alternative Program using inmates supplied by the Alameda County Sheriff's Office. These inmates are used for roadside litter pickup and weeding in City street medians and parks and in assessment districts. MCE has also provided a late shift worker that performs certain preplanned maintenance work as well as assisting in meeting room preparation at the civic Center and Shannon Center. This late shift worker also secures city buildings at night after the meetings conclude. February 13, 1992 SELFEVAL.213:C:STAN 2 ~ SERVICE REQUEST SUMMARY JUNE 30, 1991 TOTAL NO. OF SERVICE REQUESTS: 20 TOTAL NO. OF RESPONSES RECD.: 9 TOTAL NO. OF IN-HOUSE SERVICE REQUESTS: 0 TOTAL NO. NOT RESPONDING AFTER 2 MONTHS: 10 TOTAL NO. REMAINING OPEN: 1 RESPONSE BREAKDOWN: Job Evaluation: 1 2 3 4 5 Total response 0 0 2 0 7 Average score 4.56 Previous average 4.75 City Evaluation: 1 2 3 4 5 Total response 2 0 1 0 6 Average score 3.89 Previous average 4.00 BREAKDOWN BY TYPE OF PROBLEM: Type: Ttl. SR's Ttl. Resp. Job Eval. City Eval. (Avg.) (Avg.) #1 Storm drain 1 1 5 5 #2 Sign 1 1 5 5 #3 Sweeping 8 5 4.6 3.4 #4 St. Repair 1 0 #5 St. Light 0 0 n Sidewalk 0 0 #8 Curb & Gutter 1 0 #9 Striping/Marking 1 1 5 5 #10 Landscape 1 0 lill Tree Trim 5 1 5 5 Itl6 Other 0 0