HomeMy WebLinkAboutAgenda Report - July 6, 2011 C-10AGENDA ITEM 00#40
CITY OF LODI9��FOR� COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year
2011/12 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties, of Stockton, for Downtown Cleaning ($46,686), Transit Facility Cleaning
($38,456) and Hutchins Street Square Landscape Maintenance ($27,625)
MEETING DATE: July 6,201 1
PREPARED BY: Public Works Director
RECOMMENDEDACTION: Adopt resolution authorizing City Manager to execute contracts for
Fiscal Year 2011/12 with United Cerebral Palsy (UCP) of San
Joaquin, Amador, and Calaveras Counties, of Stockton, for
downtown cleaning in the amount of $46,686, transit facility cleaning
in the amount of $38,456 and Hutchins Street Square landscape maintenance in the amount of $27,625.
BACKGROUND INFORMATION: UCP has been working for the Public Works Department since
2000 at several City facilities. Staff is proposing to contract with
UCP for downtown cleaning, transit facility cleaning and Hutchins
Street Square landscape maintenance. In the downtown area,
emphasis is placed on School Street and addresses street furniture, trash, litter, spills, and leaf removal;
the transit facility cteaning addresses the grounds surrounding Lodi Station, the Lodi Parking Structure,
and sheltered bus stops; and work at Hutchins Street Square includes weekly landscape maintenance
such as mowing, edging and shrub trimming.
The UCP program provides meaningful work for the disabled. Each UCP crew is composed of four
persons plus a supervisor. The program includes transportation and direct supervision for the crew at a
contract rate of $46.50 per hour. UCP is the only known nonprofit organization that pays the disabled
the State minimum wage. Other organizations are known to pay crew members less and cite additional
benefitssuch as training, transportation, supervision, and overhead as reasonsfor below -minimum
wage compensation. In addition to strengthening the self-esteem of these crew members, the citizens
of Lodi continue to receive excellent services at a very competitive price.
Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when the
City Council determines that the purchase or method of purchase is in the best interests of the City.
Staff recommends waiving the method of receiving competitive bids since it is advantageous for the City
to receive this service at a very competitive price.
FISCAL IMPACT: Maintaining a clean downtown core, transit facility and Hutchins Street
Square enhances the appearance of Lodi, resulting in increased visitation
and sales tax generation.
APPROVED:
Konrad lam, City Manager
KAWP\COUNCIL\2011\UCP Contractrev.doc 6/28/2011
Adopt Resolution Authorizing City Managerto Execute Contracts for Fiscal Year 2011/12 with United
Cerebral Palsy of San Joaquin, Amador, and Calaveras Counties, of Stockton, for Downtown Cleaning
($46,686), Transit Facility Cleaning ($38,456) and Hutchins Street Square Landscape Maintenance
($27,625)
July 6, 2011
Page 2
FUNDING AVAILABLE: Funds for these contracts are provided in the following 2011/12 operating
budgets.
Downtown Cleaning: $46,686 — Street Fund (3215037)
Transit Facility Cleaning: $38,456 — Transit Fund (125052)
Hutchins Street Square
Landscape Maintenance: $27,625— HSS Fund (347115)
Jordan Ayers
Deputy City Manager/Internal Services Director
James M. Rodems
Parks, Recreation& Cultural Services Director
Prepared by Charles Swimley, Deputy PublicWorks Director -Utilities
FWS/CS/pmf
cc: Charlie Swimley, Deputy PublicWorks Director— Utilities
Downtown Lodi Business Partnership
Aff 4 f / , - L . ...4 (--
F. Wally Slincrelin
PublicWorks Director
K:\WP\COUNCIL\2011\UCP Contractrev.doc 6/13/2011
Contract for "Downtown Lodi Cleaning Crew"
']'his contract agreeaent is made and entered into this lst day of July 2011 between the United
Cerebral Palsy Association of San Joaquin, Ama.dor, and Calaveras Counties, (hereafter referred to as
the Contractor) and the City of Lodi, (hereafter referred to as the Customer). This contract intends to
define the responsibilities associated with the provision of a "Downtown Lodi Cleaning" service by
tire, Contractor for the Customer. The Contractor, begituting July 1, 2011 and terminates ttpon the
coiiil lotion of the Contractor's Scope of Services or on July 1, 2012, whichever occurs fight. will
provide services associated with the "Downtown Lodi Cleaning" project. The duties outlined in the
contract will not officially begin until CUStotnel' specifies.
The services for "DoNvntown Lodi Cleaning" outlined in the following proposal will be conducted by
persons with disabilities affiliated with the Contractor's Supported l aployment program. 'I'llis
program is considered cost-effective for the State of California because it transitions aduhs with
special needs into gainful ernployrnent opportunities that they would otherwise not be able to obtain
under normal circurnstanecs. Because of the unique working relationship associated with this
contract, the City of Lodi's specific needs for "Downtown Lodi Cleaning" will be met as well as the
needs ofthe disabled worker.
The working; relationship defined tinder this contract inay be extended or terminated by cither party
with a written one-month notice or mutually agreed upon time.
In addition to the teras outlined between the Contractor and the Customer, both parties agree
that:
a) No ah:erations or variation of the terms of the contract shalt be valid unless made in writing
and signed by the Contractor and the Custon-lcr and no oral understanding or agreement not
incorporated in the contract sliall be binding oil either pauly to the contract.
b) Iaplenierntation of this contact cannot occt.nr until both parties have approved the terms
specified in the contract.
c) The Customer retains the right to use the crew for other "cleaning projects" by tnutual
agreernent between the Customer and Contractor. Additional charges for other pro.jeets will
be assessed prior to beginning any project not related to "Downtown Dodi Cleaning"
It is suggested that the Customer, upon agreement of these teras, supply the Contractor an outline of
specific responsibilities related to the "Downtown Lodi Cleaning" project's duties as outlined by the
City of Lodi include:
a Work hours, Monday — Friday, 7:00 a.m. — 11:00 a.m., except holidays
0 1✓'nipt:y trash container's Monday & Friday
a Clean all Downtown furniture weekly, dust benches, bollards, light standards
0 Blow and collect leaves
Remove litter, broken glass, cleanup spills
Reinove fallen leaves weekly
® Wash sidewalk areas around trash containers monthly
0 Report: hazards immediately -- broken tree limbs, loose pavers, bent: signs etc...
The Contractor's responsibilities
1. The Contractor will provide the staff to make Lip one (1) crew, totaling four (4) crewmembers, to
ensure the productior7 needs of the contract are met. The Contractor will assign one (1)
supervisorliob coach to ensture quality and accuracy of all duties associated with the required
R.\C,IiOUPiSTi2LFTS\CI_LANUP\DowntoV✓n Lodi 2011-12 Contract.doc 05/19/11
work. It shall be the responsibility of the supervisor/job coach to keep aceturate account of each
Service performed and to monitor the duality standards set forth by the Customer. With prior
apprwal, the Contractor may make modifications to the work station/area. to accommodate
crewmembers at no cost to the Customer.
2. 'file Contractor will perform "Downtown Lodi Cleaning" as designated by the Streets & Drainage
Manager. The cleaning schedule will be a rotating schedule to ensure all designated Downtown
areas receive adequate cleaning for the month, For convenience and safety UCP agrees to begirt
cleaning Downtown. at 7:00 a.m. -- 11:00 a.m., Monday through friday.
3. 11 shall be the responsibility of the Contractor to train, supervise, schedule and oversee all
crewmernbers at no cost to the Customer. The Contractor agrees to provide the
trainee(s)lsupervisor(s) to the Customer at no additional charge to the Customer. The
traiucr(s}lsulrervisar(s) will remain on-site, in the immediate work area while crewmcmbers are
present.
d. The,. Contractor has the sole responsibility of all Workers' Compensation and wages paid to each
crewmember and staff assigned to the work site. -['he Contractor shall carry full Worker's
Compensation Insurance coverage for all persons employed in carrying out the work, including
subcontractor's employees, under this contract in accordance with the "Workmen's Compensation and
hisurance Act," Division IV of the Labor Code of the State of California and tally accts amendatory thereof.
A eerti1JC8tc showing the issuance of such a policy Shall be on file with the City Clerk at all times during rhe
term of this agreement.
5. The Contractor and not the Customer, will pay all crewmember wages; all personnel costs and
liabilities (e.g., Workers' Cornpensalion, insurance, state and federal taxes as well as any
reimbursement costs), associated with the "Downtown Lodi Cleaning" services rendered.
r. Detailed tracking documents and the invoice will be submitted to the Customer on a monthly
basis.
7. The Contractor will properly maintain all equipment: and supplies to ensure that the project
servicer; associated with the daily operations not be negatively affected. Lf tlrc Contractor damages
any property due to negligence, or causes harm to persons through negligence, the Contractor will
be responsible for all liabilities including repairing or replacing the Customer's property.
B. Notwithstanding the provisions of section 5 below under file Customer's responsibilities, all
crewmembers will comply with the health and safety regulations established by the Customer
while perforating the contract services.
9. Public Liability and Property Damage Insurance '1'lte Contractor shall take out and maintain
during the life of this contract such Public Liability artd Property Damage Insurance as shall
protect Contractor and any Subcontractor performing work covered by this contract from claims
for damages for personal injury, including accidental death, as well as from claims for property
damages, which may arise from Contractor's operations under this contract, whether such
operations be by Contractor or by any subcontractor or. by anyone directly or indirectly employed
by either of them and the amount: of such insurance shall be as follows:
a.
COMPREHENSIVE' GENERAL LIABILITY:
$1,000,000 Bodily Injury - Each Occurrence/Aggregate;
$1,000,000 Property Damage - Each Occurrence/Aggregate; or;
$3,000,000 Combined Single Limits.
C: (�M1'R1411 1vNSIVI;a AlJ7:'C7Mt)131I,I_T..,II' 13.11. 1'I'Y;
$1,000,000 Bodily Injury - Facli Person;
$1,000,000 Bodily Injury ]Mach Occtnrence;
$1,000,000 Property Damage -- Each Occurrence; or
$1,000,000 Combined Single Limits,
Ra(aRCJt.i4'\k; I t��_E rS\Gt_CAtSU(\CJownioun Lodi 2011.12 Contract.doc 05/19/11
I?NDORSFIVIENTS
A copy of the certificate of insurance with the following
endorsements shall be frurnished to the City:
1) AtlditionaI Named insured Endorsement 8uch insurance as is
afforded by this policy shall also apply to the City of Lodi, its elected
and appointed Boards, Commissions, Officers, Agents, Employees,
and Volunteers as additional named insured insofar as work
performed by the insured utader written contract with the City of Dodi.
This endor;sernem shall be on the form furnished by the City.
2) 11rirnary Insurance Endorsee ient Such insurance as is afforded by the
endorsement for the Additional Insured shall apply as I)rimary
insurance. Any other insurance man1tained by the City ofLodi or its
officers and employees shall be excess only and not contributing with
the insurance afforded by this endorsement.
3) Seyer<Abijty of biterest:_ClzuSe The term "insured" is used severally
and not: collectively, but the inclusion herein of more than one insured
Shall not operate to increase the limit of the company's liability.
4) Notice of Caracellatic2aoxC_ha117e in Ccrvcnatc Endorsement
This policy may not be canceled nor the coverage reduced by the
company without 30 clays prior written notice of such cancellation or
reduction in coverage to the City Attorney, City of l,odi,
11.0. Box 3000, Lodi, CA 95211-1910.
The Contractor shall have Contractor's insurance agent sign and return to the City otic copy of the
("'ity-furnished forin of Additional Insured .Endorsement and form of Certificate of Insurance.
The Customer's :12esl)otisibilities
"I lie Cttstomea will reimburse the Contractor by the fifteenth (15th) working day of each month,
after submission or`invoice for services of $46.50 for each hour associated with the "Downtown
Lodi Cleaning"
The Customer will provide all Contractor ciewmetnbers with "Downtomi Lodi Cleaning" supplies
and equipment specific to 'Special Services' as outlined in the proposal, to ensure the production
and 1,»'oduet.ivity of tyre contract is performed to the Customer's standards.
Clae t"ustouaer, vi ithin reason, will assist the Contractor crewmembers in locating and centralizing
tools and equiprnew specific to tire, contract on an as needed basis.
The Customer will in aintain conLideniialily of all records and transactions with the Contractor.
The Customer will indemnify and hold liartnless the Stale of California, its officers, agents and
cinployees from any and all claians and losses occurring or resulting to any persons, firin or
corporation that inay be injured or damaged by the Contractor in the performance of this contract.
This indemnity shall ;lot apply to on the job ill caused by the Contractor's Workers'
Compensation injuries incui red by the Contractor's crewinembers.
The Contractor nand the agent employees of the Contractor, in the performance of the contract-, are
acting ill an independent capacity and not as officers or employees of the State of California.
tt �Gf2�UP15CREaa'TS\CLI,ANUI'U�owntown Lodi 2011.12 C;onlract.doc 05/10/11
Downtown Lodi Cleaning Cost Projection
FYI 1-12
July
August
Sept
Oct
Nov
Dec
Jan
Feb
March
April
May
June
Total
His.
1,004
Serviced
80
92
84
84
80
80
80
80
88
84
88
84
Cleaning
Cost Per
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
Hr.
Cleaning
Cost Per
$3,720
$4,278
$3,906
$3,906
$3,720
$3,720
$3,720
$3,720
$4,092
$3,906
$4,092
$3,906
Month
$46,686.00
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties and the
City 9vf Lodi agree 0 all the stipulations in this agreement and its attachments:
of Contractor Representative
CITY OF LODI, a municipal corporation
Konradt Bartlam
City Manager
Attest:
Randi Johl
City Clerk
Approved As To Form
D. Stephen Schwabauer
City Attorney M>
5 -'?o -2-.01
Date
Date
Date
Date
R: IGRO U P\STRE ET= LEAN U P\Downtown Lodi 2011-12 Contract.doc 05119/11
Contract for "Transit Facility Cleaning"
This contract agreement is made and entered into this 1st day of July, 2011 between United Cerebral Palsy Association
of San Joaquin, Amador, and Calaveras Counties, (hereafter referred to as the Contractor) and the City of Lodi,
(hereafter referred to as the Customer). This contract intends to define the responsibilities associated with the provision
of a "Transit Facility Cleaning" service by the Contractor for the Customer. The Contractor, beginning July 1, 2011 and
terminates upon the completion of the Contractor's Scope of Services or on July 1, 2012, whichever occurs first, will
provide services associated with the "Transit Facility Cleaning" project. The duties outlined in the contract will not
officially begin until Customer specifies.
The services for "Transit Facility Cleaning" outlined in the following proposal will be conducted by persons with
disabilities affiliated with the Contractor's Supported Employment program. This program is considered cost-
effective for the State of California because it transitions adults with special needs into gainful employment
opportunities that they would otherwise not be able to obtain under normal circumstances. Because of the unique
working relationship associated with this contract, the City of Lodi's specific needs for "Transit Facility Cleaning" will
be met as well as the needs of the disabled worker.
The working relationship defined under this contract may be extended or terminated by either party with a written
one-month notice or mutually agreed upon time.
In addition to the terms outlined between the Contractor and the Customer, both parties agree that:
a) No alterations or variation cf the terms of the contract shall be valid unless made in writing and signed by
the Contractor and the Customer and no oral understanding or agreement not incorporated in the contract
shall be binding on either patty to the contract.
b) Implementation of this contract cannot occur until both parties have approved the terms specified in the
contract.
c) The Customer retains the right to use the crew for other "cleaning projects" by mutual agreement between
the Customer and Contractor. Additional charges for other projects will be assessed prior to beginning any
project not related to "Transit Facility Cleaning".
It is suggested that the Customer, upon agreement of these terms, supply the Contractor an outline of specific
responsibilities related to the "Transit Facility Cleaning" projects duties as outlined by the City of Lodi. Specific
responsibilities for all parking lots include removal of litter, debris, leaves, and weeds as needed. At the Lodi Station
Parking structure, specific responsibilities include those itemized above as well as washing down spilled or leaked
fluids and emptying trash containers.
Scope of Services/Contractor's Responsibilities
1. The Contractor will provide the staff to make up one (1) crew, totaling four (4) crewmembers, to ensure the
production needs of the contract are met. The Contractor will assign one (1) supervisor/job coach to
ensure quality and accuracy of all duties associated with the required work. It shall be the responsibility of
tho supervisorf ob coach to keep accurate account of each service performed and to monitor the quality
standards set forth by the Customer. With prior approval, the Contractor may make modifications to the
work station/area to accommodate crewmembers at cost to the Customer.
The Contractor will perform "Transit Facility Cleaning" for City owned facilities such as the Lodi Train
Station, the Lodi Station Parking Structure and Grapeline bus shelters as designated by City of Lodi
designee. The cleaning schedule will be a rotating schedule to ensure all designated areas receive
adequate cleaning for the month. For convenience and safety UCP agrees to arrive at the lots no earlier
than 4:30 p.m. (Weekends, if necessary, will be excluded from the 4:30 p.m. start time.) The Contractor will
now also collect garbage from bus stops as needed. This duty has been added to the contract. The
Contractor will be responsible for the bus stops mentioned in Exhibit A.
C:;Users\aeyal /�{>{aDatat4_oc tl' P7icrosofl\Windtws\Temporary Internet Filets\Content.Ouilook\5AZA72KD\Revised 11-121-F Conlract City changes.doc
6/30/06
Exhibit A
Location
Description
Trash Can
Target
Private parking lot _
Lowe's
Lower Sac N/Vinter Sq-SunWest Market Place (west side)
Lower Sacramento N/Elm
Lower Sacramento N/ Elm (east side)
Lower Sacramento by
Mirage Apts
Turner Rd E/Lower Sac -Woodhaven (south side)
Trash
Salisbury's (Turner and
Woodhaven)
Turner Rd E/Lower Sac -Woodhaven (north side)
Lodi Lake on Turner Rd near
the main gate
Turner E/Loma (north side)
Lockeford St at Calaveras St
Lockeford St N/ Calaveras St (west side)
Hale Park
Stockton S/Locust (east side)
Loel Center
Oak St W/ Washington (south side)
Trash
Smart and Final
Stockton St N/ Lodi Ave (east side)
Central Ave at Tokay St
Central S/ Harold (west side)
Central Ave at Boys and Girls
Club
Central N/Cypress (east side)
Kofu Park
Ham S/Cardinal (west side)
Trash
Municipal Service Center
Ham N/ Kettleman (west side)
Lower Sac at Tejon
Lower Sac N/ Tejon (east side)
Stockton St at Lodi P& R
Stockton S/Locust (west side)
Stockton at Pine
Stockton S/ Pine St (west side)
Central at Cypress
Central N/ Cypress (west side)
Trash
Cherokee at Rancho San
Miguel
east side
Trash
Kettleman at Hollywood
Video
Kettleman E/Lower Sac (south side)
Trash
Lodi Adult School
Cherokee S/ Pine (west side)
Hutchins at Century
Hutchins N/ Century (east side)
Trash
Additional Locations with Trash Cans (no shelters)
Location
Description
Trash Can
Church at Locust
Church N/Locust (east side)
Trash
Kettlen,ian at Ham
Kettleman W/Ham (north side)
Trash
C:AUsers\3ayalalAppt)ata\L.ocal'�MicrosoitiWindaws\I'empurary Internet Files\Content_Outlook\5AZA72K0\Revised 11.12 TF Contract City crianges.doc
6/30/06
3. It shall be the responsibility of the Contractor to train, supervise, schedule and oversee all crewmembers at
no cost to the Customer. The Contractor agrees to provide the trainer(s)/supervisor(s) to the Customer at
no additional charge to the Customer. The trainer(s) / supervisor(s) will remain onsite, in the immediate
work area while crewmembers are present. The Contractor has the sole responsibility of all Workers'
Cornpensalion and wages paid to each crewmember and staff assigned to the work site.
4. The Contractor and not the Customer, will pay all crewmember wages; all personnel costs and liabilities
(e.g., Workers' Compensation, insurance, state and federal taxes as well as any reimbursement costs),
associated with the "Transit Facility Cleaning" services rendered.
5. Detailed tracking documents, time studies and the invoice will be submitted to the Customer on a monthly
basis.
6. The Contractor will properly maintain all equipment and supplies to ensure that the project services
associated with the daily operations are not negatively effected. If the Contractor damages any property
due to negligence, or causes harm to persons through negligence, the Contractor will be responsible for all
liabilities including repairing or replacing the Customer's property.
7. Notwithstanding the provisions of section 5 below under the "Customer's Responsibilities", all
crewmembers will comply with the health and safety regulations established by the Customer while
performing the contract services.
Compensation/Customer's Responsibilities
1. The Customer will reimburse the Contractor by the fifteenth (15"') working day of each month, after
submission of invoice for services of $46.50 for each hour associated with the "Transit Facility Cleaning".
This cost will not exceed $40,000 per year regardless of hours worked, This shall be considered full
compensation for all the Contractor's expenses incurred in the performance of the contract,
2. The Customer will provide all Contractor crewmembers with "Transit Facility Cleaning" supplies and
equipment specific to "Special Services" as outlined in the proposal, to ensure the production and
productivity of the contraci is performed to the Customer's standards.
3. The Customer, within reason, will assist the Contractor crewmembers in locating and centralizing tools and
equipment specific to the contract on an as needed basis.
4. The Customer will maintain confidentiality of all records and transactions with the Contractor.
5. The Customer will indemnify and hold harmless the State of California, its officers, agents and employees
from any and all claims and losses occurring or resulting to any persons, firm or corporation that may be
injured or damaged by the Contractor in the performance of this contract. This indemnity shall not apply to
on the job injuries caused by the Contractor's Workers' Compensation injuries incurred by the Contractor's
crewmembers.
Insurance Requirements
Contractor shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit B
attached hereto and incorporated by this reference.
C.AUser,".aayalci%AppData\Local\Microsoft\Windows\Temporary Internet Files\Content,Outlook\5AZA72KO\Revised 11-12 TF Contract City changes.doc
6/30/06
The Contractor and the agent employees of the Contractor, in the performance of the contract, are acting in
an independent capacity and not as officers or employees of the State of California,
FY 11-12
July
August
Sept
Oct
Nov
Dec
Jan
Feb
Mar
Hrs.
65
74.75
68.25
68.25
65
65
65
65
71.5
Serviced
Parking
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
$46.50
Lot cost
per Hr.
ParkingLd
$3,022.5
$3,475.87
$3,173.62
$3,173.62
$3,022.5
$3,022.5
$3,022.5
$3,022.5
$3,324.75
Cost per
Month
June Total
68.75 73.5 827
$46.50 $46.50 $46.50
$3,196.87 $3,580.5 $3,AM795 $38,455.50
By binding signatures, United Cerebral Palsy of §an Joaquin, Calaveras, & Amador Counties and the
City of Lodi agree to all the stipulations in the agreement and its attachments:
Si nature of Contractor Representative
Signature d Customer Representative
Date
Date
C:\Users\aayala\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\5AZA72KD\Revised 11-12 TF Contract City changes doc
6/30/06
April 28,20:11
Billy Gonzalez
Building & Event Supervisor
12.5 South I-Iutchins Street
1_,odi, Ca 95210
Billy,
of San Joaquin, Calaveras & Amador Counties
Life without limits for people with disabilities'
333 W. Benjamin Hott Drive
Stockton, CA 95207
TEL 209.956.0290
FAX 2og.956.0294
www.ucp.9j.org
I have enclosed the 201.1-2012 fiscal year contract. The total hours and
dollar amount is the saint as last: year's. Take a look at it and let me
know if there's anything you would like to discuss.
Sincerely,
Armando Ayala
Piograni Manager
Supported 1=?rnployment
United Cerebral Palsy
Tel: (209) 751-3020
Fax: (209) 956-0294
aayala@ucps.j.org
- hliesion Shire 3454 -
Ta enhonre thequotity of life for persons with disobli tle and to (noble thein to become
more productive, onri integrated into the community.
'� United WayAgency.
Landscape Maintenance Contract
City of Lodi
Hutchins Street Square
This contract agreement is made and entered into, this 1" day of July, 2011 between United
Cerebral Palsy Association of San Joaquin, Amador, and Calaveras Counties, (hereafter referred to as
the Contractor) and The City of Lodi, Hutchins Street Square, (hereafter referred to as the Customer),
This contract defines the responsibilities associated with the provision of "Landscape
Maintenance" services by the Contractor for the Customer. The Contractor, beginning July 1,2011,
will provide services associated with the "Landscape Maintenance" project.
The services for "Landscape Maintenance" outlined in the following proposal will be conducted by
persons with disabilities affiliated with the Contractor's Supported Employment program. This
program is considered cost-effective for the State of California because it transitions adults with
special needs into gainful employment opportunities that they would otherwise not be able to obtain
under normal circumstances. Because of the unique working relationship associated with this contract
the City of Lodi's specific needs for "Landscape Maintenance" will be met as well as the needs of the
disabled worker.
The working relationship defined under this contract may be extended or terminated by either party
with a written one-month notice or mutually agreed upon time.
The Contractor's responsibilities
1. The Contractor will provide the staff to make up one (I) crew, totaling four (4) crewmembers,
to ensure the production needs of the contract are met. The Contractor will assign one, (1)
supervisor/job coach to ensure quality and accuracy of all duties associated with the required
work. It shall be the responsibility of the supervisor/job coach to keep accurate account of each
service performed and to monitor the quality standards set forth by the Customer. With prior
approval, the Contractor may make modifications to the work station/area to accommodate
crewmembers at no cost to the Customer.
2. The contractor will perform the work associated with "Landscape Maintenance" at the City's
Hutchins Street Square location.
3. It shall be the responsibility of the Contractor to train, supervise, schedule and oversee all
crewmembers at no cost to the Customer. The Crew Instructor(s) will remain on-site, in the
immediate work area while crewmembers are present.
4. The Contractor and not the Customer will pay all crewmember and supervisor/job coach
wages; all personnel costs and liabilities (e.g., Worker's Compensation, insurance, state and
federal taxes as well as any reimbursement costs), associated with the "Landscape
Maintenance" services rendered.
5. Detailed tracking documents, time studies and the invoice will be submitted to the customer on
a monthly basis.
6. The Contractor will properly maintain all equipment and supplies to ensure that the project
services associated with the daily operations are not negatively effected. If the Contractor
damages any property due to negligence, the Contractor will be liable to repair or replace the
Customer's property.
7. All crewmembers will comply with the health and safety regulations established by OSHA, the
State of California, and the Customer while performing the contract services.
8. The Contractor will make up the lost hours due to holidays, the following business day.
9. The Contractor will provide the following service once a week;
a. Mowing all grass areas designated by Hutchins Street Square.
b. Edge around grass areas designated by Hutchins Street Square.
c. Weed whack all areas including utility boxes, sprinklers heads etc.
d. Blow and clean up all areas worked by contractor.
e. Weed and trim all shrubs, trees and plant life in flowerbeds.
The Customer's responsibilities
1. The Customer will reimburse the Contractor by the fifteenth (15th) working day of each month,
after submission of invoice for services rendered, associated with the "Landscape
Maintenance". The method of reimbursement shall reflect a rate of $45.25 per hour multiplied
by the total number of hours worked for that month.
2. The Customer will provide all Contractor crewmembers, with "Landscape Maintenance"
supplies and equipment specific to the daily "Landscape Maintenance" duties as well as
'Special Services' as outlined in the proposal, to ensure the production and productivity of the
contract is performed to the Customer's standards.
3. The Customer within reason will assist the Contractor crewmembers in locating and
centralizing tools and equipment specific to the contract when necessary, to improve services.
Other consultations will be conducted on an as needed basis.
4. To the greatest extent permitted by the public records act and other applicable law, the
Customer will maintain confidentiality of all personal and medical records and transactions
specific to the Contractor's employees.
Landscane Maintenance Cost Proiection
FY 11-12
July
August
Sept
Oct
Nov
Dee
Jan
Feb
March
Aril
May
June
Total
Hrs.
Serviced
71.5
71.5
49.5
49.5
38.5
22
27.5
22
49.5
71.5
66
71.5
610.5
Cost Per
Hr.
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
$45.25
Cost Per
Month
$3,235.38
$3,235.38
$2,239.88
$2,239.88
$1,742.13
$995.50
$1244.38
$995.50
$2,239.88
$3,235.88
$2,986.50
$3,235.38
$27,625.13
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties and The City of
Lodi, Hutchin's Street Square agree to all the stipulations in this agreement and its attachments:
i?,,Z
Signature of Contractor Representative
Signature of Cor
resentative
4 -Z -? 11
Date
Date
July
M
T
IW
T
S M
T W IT
1
F
S
2
11
5
-1
3
2
3 4
6
7
8
91
10 11,
123<
14
13
16
17
19
21
22
23
24
21
28
72
—30
31
29
31
November
March
S
M
T
IW
T
F
S
1
—7
2
2
4
5
-1
3
4
5
6
7
8
13
10
112
16
13
14
15
19
17
18
24
20
21
22
23
2-4
25
29
31
2011-2012
Landscaping Schedule
AUaUSt
S
MIT
W
WITIF
IF
S
S
1
—7
2
2
4
5
6
7
mom
9
10
1
13
131
14
16
17
18
18
19
207
21
24
2517R
27,
25
29
27
28
29
31
28
DPccn,mhPr
Aorn
Days Worked
September
S M
IT
W
IT
IF
S
S I
1
—7
1
2
3
4 5
EE
8
mom
10
10
gymMIM
13
MMMMIMMEM
15
16
17
18
mm
21
====
22
24
Days Worked
September
S M
IT
W
IT
IF
S
S I
1
—7
1
2
3
4 5
EE
8
8
10
10
121
13
14
15
16
17
18
20
21
22
22
24
2517R
27,
28
29
28
28
January
S
M
IT
W IT
T
IF
S I
1
2
34
5
6
7
8
9
10
1i
121
13
14
15
16
17
18
19
20
21
22
23
24
261.
26
27
28
28
29
31
Mau
S
M IT
W
W
T
IF
S
2
3
4
6
7
9
10
12
13
15
17N
17,,r,18
19
20
----------
22
24
24
26 h27<
26
27
28
29
31
October
30
Febrijary
MMMMMMM
MIMMIMMIME1
Mw= ===
wwwMIMMIM
MINIMMMIMM
MMIM ===
hinp
S
M IT
W
T
F
S
2
3
4
5 6
7
9
1014M
12
16
17N
19
21
23
24
2
26 h27<
28
2,&-130
RESOLUTION NO. 2011-109
A RESOLUTION OF THE LODI CITY COUNCIL
APPROVING CONTRACTS FOR FISCALYEAR 2011/12
FOR DOWNTOWN CLEANING, TRANSIT FACILITY
CLEANING AND HUTCHINS STREET SQUARE
LANDSCAPE MAINTENANCE
iii i i Ti • i •iiii i •i
VT iiiiiii �• i• i• i i i i TV i i i i i• i i• �Y Yil71z TT TT TTTT rr���
WHEREAS, United Cerebral Palsy (UCP) has been working for the Public Works
Department since 2000 at several City facilities; and
WHEREAS, the Downtown emphasis is placed on School Street and addresses
street furniture, trash, litter, spills, and leaf removal. The Transit Facility service
addresses the exterior of the Lodi Station, the Lodi Parking Structure, and sheltered bus
stops. The Hutchins Street Square service includes weekly landscape maintenance such
as mowing, edging, and shrub trimming; and
WHEREAS, the UCP program provides meaningful work for the disabled, which
includes transportation and direct supervision for the crew at a contract rate of $46.50
per hour. UCP is the only known non-profit organization that pays the disabled the State
minimum wage. In addition to strengthening the self-esteem of these crew members,
the citizens of Lodi continue to receive excellent services at a very competitive price.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve the contractsfor fiscal year 2011/12 with United Cerebral Palsy of San Joaquin,
Amador, and Calaveras Counties, of Stockton, for Downtown cleaning in the amount of
$46,686; Transit Facility cleaning in the amount of $38,456 and Hutchins Street Square
Landscape Maintenance in the amount of $27,625.
Dated: July 6, 2011
------------------
I hereby certify that Resolution No. 2011-109 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held July 6, 2011, by the following
vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, and
MayorJohnson
NOES: COUNCIL MEMBERS —None
ABSENT: COUNCIL MEMBERS — Nakanishi
ABSTAIN: COUNCIL MEMBERS —None
PJOHIL
City Clerk
2011-109