Loading...
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