Loading...
HomeMy WebLinkAbout2020-01-28; City Council; Resolution 2020-018RESOLUTION NO. 2020-018 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A PROFESSIONAL SERVICES AGREEMENT (AGREEMENT) WITH URBAN CORPS OF SAN DIEGO, INC. (URBAN CORPS) FOR CITYWIDE LITTER REMOVAL AND STORM DRAIN INSPECTION AND CLEANING SERVICES IN AN AMOUNT NOT TO EXCEED $496,692 FOR THE INITIAL TWO-YEAR TERM OF THE AGREEMENT. WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable, and in the public interest to perform citywide litter removal and storm drain inspections to maintain a world-class appearance and ensure a clean and clear storm drain conveyance system; and WHEREAS, Urban Corps is a non-profit conservation corporation created by the City of San Diego; and WHEREAS, Carlsbad Municipal Code Section 3.28.110 (F) states that goods, services and/or professional services obtained from or through an agreement with any governmental, public or quasi- public agency may be exempt from the purchasing ordinance, as determined by the awarding authority; and WHEREAS, Urban Corps has submitted a proposal to provide citywide litter removal services from roadways and to clean and inspect storm drains; and WHEREAS, sufficient funds are available in the Storm Drain Maintenance Operating Budget to fund this Agreement; and WHEREAS, the awarding authority has determined that this Agreement is exempt from the purchasing ordinance; and WHEREAS, the Project is exempt from the California Environmental Quality Act (CEQA) per Public Resources Code Section 21065. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Mayor of the City of Carlsbad is authorized and directed to execute the Agreement between Urban Corps of San Diego, Inc. and the City of Carlsbad for citywide litter removal and storm drain inspection services, attached hereto as Attachment A. Jan. 28, 2020 Item #1 Page 4 of 16 3. That the city manager, or designee, is hereby authorized to extend the Agreement with Urban Corps of San Diego, Inc., consistent with the terms and conditions of the Agreement, as appropriate and based upon satisfactory review of Contractor's performance. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 28th day of January 2020, by the following vote, to wit: AYES: Hall, Blackburn, Bhat-Patel, Schumacher. NAYS: None. ABSENT: None. ~l!i{L --{, / ~ /./eckr G-urnn I f?et,11') t BARBARAENGLESON,ity Clerk C1.J.1 (SEAL) C Jtut' Jan. 28, 2020 Item #1 Page 5 of 16 PSA20-984GS AGREEMENT FOR CITYWIDE LITTER REMOVAL AND STORM DRAIN INSPECTION AND CLEANING SERVICES URBAN CORPS OF SAN DIEGO THIS AGREEMENT is made and entered into as of the '3o.fh day of Janv~ , 2020, but effective February 23, 2020, by and between the CITY OF CARLSB : a municipal corporation, ("City"), and URBAN CORPS OF SAN DIEGO, a not- for-profit corporation, ("Contractor"). RECITALS A. City requires the services of a consultant that is experienced in citywide litter removal, storm drain inspections and cleaning services. B. Contractor has the necessary experience in providing professional services and advice related to citywide litter removal, storm drain inspection and cleaning services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial year of the Agreement shall not exceed two hundred forty-five thousand two hundred eighty dollars ($245,280). Compensation during the second year of the Agreement term may be adjusted, by amending the Agreement, by an amount not to exceed 2.5%. The total fee payable for services during the two- year Agreement term shall not exceed four hundred ninety-six thousand six hundred ninety two dollars ($496,692). If the City elects to extend the Agreement beyond the initial two-year term, the total fee payable for services during any Agreement year shall not exceed the compensation established during the previous Agreement year plus an increase not to exceed 2.5%. The City Litter Removal, Storm Drain lnsp. and Cleaning Services City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 6 of 16 PSA20-984GS reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may Litter Removal, Storm Drain lnsp. and Cleaning Services 2 City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 7 of 16 P SA20-984GS arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. Litter Removal, Storm Drain lnsp. and Cleaning Services 3 City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 8 of 16 PSA20-984GS 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Michael O'Brien Title Public Works Superintendent Department Public Works City of Carlsbad Address 405 Oak Ave Carlsbad,CA 92008 Phone No. 760-434-2980 Litter Removal, Storm Drain lnsp. and Cleaning Services 4 For Contractor Name Yolanda Maeder Title Project Manager Address PO Box 80156 San Diego, CA 92138 Phone No. 619-235-6884 Email ymaeder@urbancorps.org City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 9 of 16 PSA20-984GS Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes D No [gl 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Litter Removal, Storm Drain lnsp. and Cleaning Services 5 City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 10 of 16 PSA20-984GS Either party upon tendering sixty (60) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Litter Removal, Storm Drain lnsp. and Cleaning Services 6 City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 11 of 16 PSA20-984GS 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR URBAN CORPS OF SAN DIEGO, a non-:~fit ~ ( n here) By: Kyle Kennedy/ CEO (print name/title) (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:_C_P __ ~_/_ Deputy ~orne~ Litter Removal, Storm Drain lnsp. and Cleaning Services City Attorney Approved Version 6/12/18 7 Jan. 28, 2020 Item #1 Page 12 of 16 URBAN CORPS SAN DIEGO COUNTY BOARD OF DIRECTORS TRACEY WILLIAMS, 1st Vice President D•,nr_::1oal -ax fl.nalys: Sempra Ener(JY BOB BENSON, 2"' Vice President Pres,dr.11! 'Ja:,onr,I Jnrvers,ty l1·:ernat1011al LEON BROOKS, Treasurer Prnc,pal Leon B"o:iks and i1ssoc,ates INGRID NIELSEN, Secretary Re:,red Cornnmrc,al Property Manaqer t ~1~.se·1 Properties RICHARD BARRERA :bard M:-.;r1ber ~x-ctf1c c, Secrelary-1 reasurm and CF.O Sar C11eg~ l·n8E;r1al Cou"t1e~ laoor :.:cL.·1ul RICHARD J. FREEMAN Board Member Ex-Off1c10 Fast Fies dr ,it & •YJC: Sa.~ u,e,10 Padre3 CAMILLE GUST AF SON Associate f--"a,,: ~'le,.' n SL, l1vJ·: & ,-:01":au::Jh:cn LLY µ_llorncys µ_t I.aw JAMES (JIM) MADSEN I' xecut,ve Vice F'res,aent l_uar i.,drn1•" 1strat1or1 c;u,ld Mortgage Company MATT MANNING ~1ncJnce /\L11ornal1on Control er l"ilel Corporat,c" GINO V. MAZZANTI f:ioard Memoer ~x-Off,c,o .6,tforney-.t'.(.[ ;:_1w DANIEL PARAMO ·,va,de·1 '\et red ~rch;n1 I Dc110,;ar l'.orrectnria, F ac,1-ty KEVIN A. SCHLEGEL f',ograT 1/ar,aqer .'ideal lfJl; Kyle Kennedy Chief Executive Officer Urban Corps of San Diego County Resolution Number 02-19 Resolution 02-19 of the BOARD OF DIRECTORS of the Urban Corps of San Diego County confirming: Chief Executive Officer (CEO) Kyle Kennedy, has authority to negotiate, sign, request payments for all contracts and grant agreements, and approve all reports on behalf of the Urban Corps of San Diego County. NOW, THEREFORE, BE IT RESOLVED that the BOARD OF DIRECTORS hereby: PASSED AND ADOPTED Resolution 02-19 authorizing Kyle Kennedy to negotiate, sign, request payment for all contracts and grant agreements, and approve all reports on behalf of the Urban Corps of San Diego County. Ayes: Nays: Absent 8 0 1 I, the undersigned, hereby certify that the Board of Directors duly adopted the foregoing Resolution Number 02-19 on this day January 24, 2019 Signature: Print Name: Tracey Williams Position: Vice President, Urban Corps Board of Directors Certmed Local Conservation Corps & Charter School 31ii ''Learning, Earning, & Conserving" ~i)1 ::.1 M,:H1na radrsss f',_cJ Box ;\~1itJ. Sa:~ iJ!h)). (,/1 './;138-l!~~tJ ~<b.,~4?.r, f"oH ~r,Je (U/1) ~:!.) .. ('CJRPS· 'Nvr1w.uibanc1;rps,:,d,:)rg Jan. 28, 2020 Item #1 Page 13 of 16 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of San Diego ~- On ""XOJ\ \,llc \ 2-0lJ) 7oate before me, Yolanda Maeder Notary Public personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. "This Acknowledgement is attached to (title or typ of document), under the laws of the State of California that the foregoing WITNESS my hand a Signature Dated \ '-f 1--0-i:{) _____ (number) pages. Signed by _ ___..:._~c..=-.......,,..-::..L..:_.:...;;-,o&...,L-+----------- (name[s] of other si ner[s] if any)". Jan. 28, 2020 Item #1 Page 14 of 16 EXHIBIT "A" SCOPE OF SERVICES CITYWIDE LITTER REMOVAL PSA20-984GS AND STORM DRAIN INSPECTION AND CLEANING SERVICES Contractor to provide litter removal and storm drain inspection services for the City of Carlsbad at various locations as scheduled by the Contract Manager. Contractor will provide right-of-way litter removal series provided by three (3) Urban Corps staff members, defined as, one (1) supervisor and two (2) Corps members; scheduled five (5) days per week; and storm drain litter removal and inspections services provided by two (2) Urban Corps staff members defined as, one (1) Supervisor, and one (1) Corps member; 4 days per week. General Staffing 1. Schedule excludes eleven (11) city holidays; one (1) Urban Corps of San Diego, Inc. holiday. 2. Start time and end time of daily assignments will be determined by the Contract Administrator, shifts are generally eight (8) hours including drive time to and from the Urban Corps of San Diego home office. 3. Crews must have the ability to read a maps, safely lift up to 50 pounds unassisted, read, write and speak English. 4. Contractor will provide a mobile phone to the supervisor of each crew. 5. Contractor will provide all personal protective equipment, vehicles, tools, traffic control devices, 55-gallon heavy-duty trash bags and uniforms necessary to complete assigned liter removal and storm drain inspection services. Right-of-way Litter Removal Services 1. Contractor will Inspect and-remove all anthropogenic litter along predetermined, contract administrator approved right-of-way routes. 2. Contractor will patrol five to nine miles of main arterial roadways per day, removing trash as needed. 3. Contractor will remove all anthropogenic litter, debris and sediment from, but not limited to: the city right-of-way, bus stops, parking lots, easements, and various city owned properties. 4. Contractor will complete inspection form provided by city. Inspection forms filled out legibly, with accurate accounting of inspection. 5. Contractor, if directed by the contract administrator, will provide photos with placard; as documentation of work. 6. Contractor will dump all materials removed during litter removal services at a designated city site. 7. All inspections, cleanings, and general labor services will be scheduled as determined by the contract administrator. 8. Citywide litter removal will include bus stops and abandon bulky items removal. 9. Contractor will provide additional labor services on an as needed and as determined by the contract administrator. Litter Removal, Storm Drain lnsp. and Cleaning Services 8 City Attorney Approved Version 6/12/18 Jan. 28, 2020 Item #1 Page 15 of 16 PSA20-984GS Storm Drain Litter Removal and Inspection Services Contractor to provide litter removal services as indicated above for the City of Carlsbad storm drain conveyance system litter removal efforts, but will also dedicate staff to completing inspections as directed by the contract administrator, including but not limited to: 1. Contractor to inspect approximately 588 curb outlets, 656 outfalls, and 190 headwalls on an ongoing basis. 2. Contractor will remove anthropogenic debris and sediment from accessible storm drain conveyance systems locations. 3. Contractor will complete inspection form(s) provided by city. 4. Contractor will keep accurate accounting of all debris removed from the city's storm drains. 5. Contractor will report to the contract administrator daily of all storm drain related litter removal and debris removed and identified during patrol and inspections. 6. Contractor will assist with storm related activities, e.g., sandbagging, post storm clean-up and brow ditch clearing services. Description Quantity Maximum Hourly Annual {EA) Hours Rate Cost Litter-Supervisor 1.0 2080 $30.00 $62,400 Litter-Corps Member Labor 2.0 2080 $22.50 $93,600 Vehicle Fuel $80/month $960.00 Total Annual Right-of-Way Litter Removal Costs Removal Cost $156,960 Storm Drain-Supervisor 1.0 1664 $30.00 $49,920 Storm Drain-Corps Member Labor 1.0 1664 $22.50 $37,440 Vehicle Fuel $80/month $960.00 Total Annual Storm Drain Litter Removal and Inspections Cost $88,320 Litter Removal, Storm Drain lnsp. and Cleaning Services Total not-to-exceed for year -$245,280 City Attorney Approved Version 6/12/18 9 Jan. 28, 2020 Item #1 Page 16 of 16