Loading...
HomeMy WebLinkAbout13-Development Services '. . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Sub'ect: Authorization to. execute ~ purchase orders WIth Best O ,.. , 1" , · , ft. L Temporary Services and i . ; ... i , ~ d Econolite Control Products Inc. in order to complete the project to retrofit existing traffic signals throughout the City with approximately 8,151 Light Emitting Diode (LED) traffic signal lamps. Dept: Development Services Date: February 13,2001 File No.: 13.1 S/ LED MCC Date: March 19, 2001 Synopsis of Previous Council Action: 1/8/01 Resolution No. 2001-4 authorizing the submittal of an LED Traffic Signal Rebate Program Application to Southern California Edison for $918,720.00, and authorizing the advertising for bids for the LED Retrofit project. 2/20/01 1) Rejected all bids received February 6, 2001 for the installation of upgraded traffic signal heads and installation of LED lamps at signalized intersections throughout the City. 2) Authorized the Director of Finance to amend 2000/2001 budget to include $ 1,326,920 in Account No. 631-332-5504-7218(Utility Fund - Expense). 3) Adopted Resolution awarding contract to Synchronex for the supply of 8,151 LED bulbs. Recommended Motion: Adopt Resolution h~ Contact person: Raymond A. Casey, City Engineer 5111 Phone: Supporting data attached: StaffReportlResolMemoslQuotes/Agreement Ward: City-wide FUNDING REQUIREMENTS: Amount: $ 180,000.00 Source: (Aeet. No.) 631-332-5504-7218 (Aeet. Description) Utility Fund Finance:_~~/~g/4 Council Notes: Agenda Item No. I~ 3}JQ/O/ , CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Sublect: Authorization to execute purchase orders with Best Temporary Services and Econolite Control Products Inc. in order to complete the project to retrofit existing traffic signals throughout the City with approximately 8,151 Light Emitting Diode (LED) traffic signal lamps. Backl!round: Effective September 11, 2000, Southern California Edison (SCE) announced that it was offering an LED Traffic Signal Rebate Program to cities throughout Southern California on a "first come-first served" basis. The program encourages the retrofit of incandescent traffic signal lamps with the more energy efficient LED lamps to significantly reduce traffic signal energy demand and utility costs to the City. The conditions associated with the LED Rebate Program stipulate that SCE will provide incentive rebates per installed unit (lamp) based on the actual cost of the materials only. The incentive amount paid will be the invoiced amount for the LED lamps, not to exceed the posted incentive amount. The lamps purchased must adhere to the specified power demand range. The LED Retrofit program includes 100 percent reimbursement of material costs for the bulbs installed before June 1,2001, and 50 percent reimbursement for those completed before January 1,2002. Staff also estimates that 15 percent of the traffic signal heads and pedestrian heads are obsolete and need to be replaced to accommodate the new LED units. On September 28,2000, Public Works Engineering staff was successful in obtaining an approved LED Traffic Signal Rebate Reservation Request for $918,720.00 to retrofit a maximum of 8,151 bulbs with LED units at 232 traffic signals and pedestrian flashers throughout the City. This is the second largest grant of all applicants within the SCE service region. Once all of these lamps are installed, the annual energy cost savings is estimated to be a minimum of $274,000, based on current utility rates. The actual savings could be higher if electrical rates are increased. On January 8, 2001, the Mayor and Common Council authorized the Director of Development Services to advertise for bids. The project was advertised in the local newspaper, Plan Rooms, local Chamber of Commerce and Construction trade newspaper (also known as Green Sheet). On February 6, 2001 the bids were opened. The lowest bid received was for $ 2,220,607.90. This amount far exceeded the original cost of $ 1,400,000 expected by staff. Consequently, the bids received were rejected and staff was authorized to proceed with the project in-house. ", . Staff estimates that to complete the project "in-house", six additional electricians will be needed for the duration of project. The project is expected to last 80 working days. Six temporary employment agencies were contacted. Three were not able to provide quotes due to insurance restrictions. The other three provided the following quotes. The lowest quote is in bold: Amount $ 24.56/Hour $ 24.95/Hour $ 25.00/Hour Since Best Temporary Services provided the lowest quote, and they have met all of the City's requirements to quote, it is recommended that the purchase order be issued to them. Since it is conservatively estimated that the project will occur over a period of eighty (80) working days, and six electricians are needed over this time, the total labor costs associated with this project are $ 94,310.40 (rounded not to exceed $ 95,000). As stated before, staff estimates that 15 percent of the traffic signal heads and pedestrian heads are obsolete and need to be replaced to accommodate the new LED units. Bids were requested from two vendors for the materials needed to update the signal heads. These are the only two vendors available within this area that can provide this equipment. The following are the quotes received from them. The lowest quote is in bold: Name of Com an Econolite Control Products McCain Traffic Su 1 QuoteAmount $ 76,369.93 $ 96,814.50 Since Econolite Control Products provided the lowest quote, it is recommended that the purchase order be issued to them. The following are the updated line item costs associated with this project including the above quotes: LED materials (100 percent rebate) Sales Tax on LED purchased materials Installation Labor (Contract) Replacement of obsolete signal and pedestrian heads to accommodate LED's Admin, Engineering, Inspection & Contingencies Equipment Rental (2 Bucket Trucks for 3 months) Grand Total $ 989,360 74,200 95,000 85,000 68,267 15,091 $ 1,326,920 A vendor for the LED lamps was approved at the February 20, 2001 Mayor and Council Meeting. The bulbs are scheduled for delivery on or before April 1 , 2001. ., .' Financial Impact: The $ 180,000 (which represents $95,000 for labor costs, and $85,000 for replacement of obsolete heads) needed to fund this portion of the project will come from the amount appropriated in Account No. 631-332-5504-7218 (Utility Fund) at the February 20, 2001 Council Meeting. Recommendation: Adopt Resolution awarding contracts to Best Temporary Services for contract labor services for a period of four months and, awarding contract to Econolite Control Products Inc. for the supply of traffic signal products pursuant to Section 3.04010 B3 of the Municipal Code providing for exempted purchases by the Mayor and Common Council. " CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT INTEROFFICE MEMORANDUM j~ To: Fred Wilson, City Administrator From: Raymond Casey, City Engineer, Development Services Department, Public Works Division Subject: Additional Contract Staffing-LED Project Date: March 19,2001 Copies: James Funk, Director of Development Services Pursuant to Council request this morning we have contacted the labor supplier and learned that they can make nine (9) electricians available to us immediately upon receipt of the first shipment of LED bulbs. We have also contacted the equipment provider for the rental of a bucket truck and they can have an additional bucket truck available to us in the same time frame. The additional cost for staffing related to accelerating the project should not exceed another $15,000, for a total contract staffing budget of $11 0,000. In addition, the estimated cost to rent the additional bucket truck is $5,000. lj ~(Q)~W 1 2 3 4 5 6 7 8 9 10 11 RESOLUTION NO. 2001 - 62 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING THE EXECUTION OF PURCHASE ORDERS WITH BEST TEMPORARY SERVICES TO PROVIDE CONTRACT LABOR SERVICES TO THE CITY OF SAN BERNARDINO, AND WITH ECONOLITE CONTROL PRODUCTS INC. FOR THE SUPPLY OF TRAFFIC SIGNAL MATERIALS TO THE CITY OF SAN BERNARDINO. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: Whereas, on January 8, 2001, the Mayor and Common Council adopted Resolution No. 2001-4, authorizing submittal of a Light Emitting Diode (LED) Traffic Signal Rebate Program Application to Southern California Edison for $918,720.00, arid authorizing the advertising for bids for the LED Retrofit Project; and Whereas, the LED Retrofit Program includes 100 percent reimbursement of the materials cost for the bulbs installed before June 1,2001, and 50 percent reimbursement for the bulbs installed before January 1, 2002; and 12 Whereas, on February 20, 2001, the Mayor and Common Council rejected all 13 bids received on February 6, 2001, for the project to retrofit existing incandescent traffic signal 14 lamps City-wide with Light Emitting Diode (LED) lamps; and 15 Whereas, City and contract staff will be utilized to install the bulbs on the traffic signals, resulting in a total cost for materials and labor that is even less than the original 16 anticipated cost of both materials and labor; and 17 Whereas, based upon the above recitals, Municipal Code Section 3.04.010B3 18 authorizes the following purchases with the approval of the Mayor and Common Council. 19 20 NOW, THEREFORE, BE IT RESOLVED, that the Mayor and Common Council of the City of San Bernardino hereby authorize the Purchasing Manager to issue a Purchase Order to Best Temporary Services for an amount not to exceed $110,000.00 and a Purchase Order to Econolite Control Products for an amount not to exceed $85,000.00 including 21 a contingency amount of$8,630.07; that such awards shall only be effective upon the issuance of 22 a Purchase Order by the Purchasing Manager and signed by the Mayor; and that the authorization to execute the above referenced Purchase Orders is rescinded if they are not issued 23 within sixty (60) days of the passage of this resolution. 24 II 25 26 27 28 II 1 2 3 4 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING THE EXECUTION OF PURCHASE ORDERS WITH BEST TEMPORARY SERVICES TO PROVIDE CONTRACT LABOR SERVICES TO THE CITY OF SAN BERNARDINO AND, WITH ECONOLITE CONTROL PRODUCTS INC. FOR THE SUPPLY OF TRAFFIC SIGNAL MATERIALS TO THE CITY OF SAN BERNARDINO. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting 7 thereof, held on the 8 day of , 2001 by the following vote, to-wit: AYES NAYS ABSTAIN ABSENT 14 SUAREZ 15 16 ANDERSON MCCAMMACK 17 18 19 20 The foregoing resolution IS hereby approved this Rachel Clark, City Clerk day of 21 22 23 ,2001. Judith Valles, Mayor City of San Bernardino 24 Approved as to form 25 And legal content: 26 James F. Penman City Attorney 27 28 By II CIlY OF SAN BERNARDINO Inter-Office Memorandum TO: Anwar WadgylTraffic Engineer FROM: Charles Temple/Sup. Traffic Signal and Lighting SUBJECT: Temporary Electric:ian Rental DATE: 02-26-01 COPIES: Raymond Casey Mary Freiberg Anwar, Here is the information you requested for the billing rate for the temporary employees and also all agencies that bid as well as the ones that were contacted. You will also find the lowest bidder whic:h I think we should use. As it has been disc:ussed at our meeting, we are requesting a bid for (6) six temporary electric:ian for a 70 day period. The agendes c:ontaded are as foDows: 1. Best Temporary Servic:e bid for $24.56 per hour per man. Marty-369-11l1. This is the employment agenc:y that we recommend sinc:e it is the lowest bidder. 2. Man Power Staffing (could not bid since their insurance will not allow their electrician to work from ladders). Mayra-phone number 885-3461. 3. J.M. staffing (insurance will not allow them to bid on this job). Evangeline-phone number 599-1494. 4. Apple One Employment Service bid was $25.00 per hour. Caroline-phone number 884-6351. 5. Western Industrial, their insurance will not let them bid. Karen-890-1000. 6. Labor Ready has a bid for $24.95 per hour billing price per man. Blinda-881-2353. I have also enclosed the purchase request and bid sheets for Econolite and McCain for the traffic signal materials and you will also find the bid sheets and request for the bucket truck rentals. Yon wID find the forms necessary for Best Temporary Servic:e Agenc:y. I am sorry it took as long as it did to get this to you. But I was waiting for the employment agencies bids to come in. If you need any further information please call me at 384-5129. ., 1:0: Charles Temple City of San Bernardino Best' Temporary Services From: 02l26I01 9:07:16 I BEST TEMPORARY SERVICES I February 26, 2001 BILL RATES FOR: City of San Bernardino Job CIass1fiadion Hourlv bm Rate Eledrltions $ 24.56 Comments or Additional Services: ! BaCk!ir';un<iClleck. i Drug Screens i MVR Reports Class-C . Clerical . Industrial . Hea"vy Industrial . Technical Thank you for giving us the opportunity to serve your needs for temporary personnel. We ",ill do everything we can to merit your confidence. Page 3 of 7 Proposal F~B-26 01 11:39 FROM:APPLEONE TO: 900 384 5229 1909BBB7037 ............ Employment Services 105 - HoIp/loIlty Lane. S_ 23 $an _...P'dIna. CA 924118 T., (90') 884-$351 Fox (9011) 88&-7037 February 26. 2001 Charles Temple City of San Bernardino (909) 384-'229 Re: Electrical A~sistants Dear Charles: Thank you for choosing AppleQne to bid on the 6 Electrical Assistant positions for the City of San Bernardino. We have spoken with our cotpOraw office and based on the job description that you had given us for these positions, the workers compensation rates and the risk filctors involved. we are pleased to offer you a bill rate between $23.00-25.00 per how. ~ AppleQne will be commlned to recruiti1l8. evaluating. selecting, safety traini1l8. reference chcclcing and interviewing each one of the applicant. that we select for your positions. We have designed our evaluation and screeninlJ processes to obtain qualified temponuy associates who set themselves apart with the same mark of excellence which AppleOne demands. Please feel free to give me a call to dilcusa this proposal at your earliest convenience. Again. thank you Charles for your time and we look forward to our new busineu relationship with your department. Sincerely, Caroline Bejarano Senior Account Executive 1 PI'lGE:01 .............""'" 94-~3-S9 95:99 IDa p Labor Ready Southwest, Inc. "Sat.'--...... di. ,vfl'96f' {909}.&al-2353 (909) 881-3462 200 E Highllltld .10_ S.n .....,..,dinQ. CA 92404 CDnIiTmiltion oFbill rates and Sl!!!I1Iices Date: 02/23/2001 Attention: Charles Temple Cily of San lernardino - Public Worles Division Our rif",," includt:;. . Worker's ComP. Insurance · lJability Insurance . FJ.C.A." Medicare · Unemployment Insurance . All odter" emplaver- burdens . Recruiting Administration . Payroll funding and manv other temporary help services. 101 CODE 1 : faIrY Le_UJectrician The BiD Rate for U5ing our t!IftJJIo';ees, based upon the usaae or one or more workers for worker' 5 com~tion code 1511 will be as folkMts: Regular billing ra.te straight time: S 24.95 , Payment is due within $Clo'ell (7) days of receipt of invoice unless prior arrangements have been made. Accepted and agreed to on this __ day of ________. ...-...--.....-------........---- -' :"' B~/13/2BB1 12: 48 631351213 SALES PAGE 1311 ECONOUTE CONTROL PRODUCTS, INC. 3360 East La PIIIIrllI Avenue AnaheIm. CA 92806 T" (714) 830-3700 FAX (714) 830-5120 QUOTATION Date: February 13, 2001 To; City of 8M Bernardino Ic:otI ZehII'I 909-.381 ,m We .,. otfarlna tile fottowtng produc:t8 at prIcH and conditione HI fortJI on Ill. fonn. Item Qty D8KriptIon Unit Price Entnded Pdae 1 110 12" 3 ..dion trafIIc: 81gnale $173.81 $ 11,017.10 TA31V1V3AGOO 2 110 12~ 3 .actlon trafIIc 81anet wlllIA8 $ 228.57 $ 25,142.70 T.A31V8V3AG01 3 330 12" vfeo.-. SUO $ 2,310.00 E82IIP1-14 .. 110 12- INIckp1ete IollwNd $22.50 . 2,471.110 E1lt2P43-14 II 110 12" b8cllp....for MAS S 25.00 . 2,710.00 E11t7P43-14 8 30 8- 3-actIon trafIIc: ..gna' . 180.00 . 4,800.00 EA31VSYMOOO 7 90 1ft YI80ra $7.00 . 210.00 E8:18OPM4 8 30 1ft bacIcpIata S 25.00 $ 710.80 E1872P43-14 TIDe noIlncluded. F.O.B.: Anaheim, CA Terme: Net 30 DeIh8ry: e to . .... ...., eNdIt approval Valid For: eo DIp Freight: PnlpaId and aharged pr;a; S"_Jbf" Pat Show....' '.' 0;2/13/2001 15:20 6305120 SALES PAGE 011 ECONOUTE CONTROL PRODUCTS, INC. 3300 EatIt La Plllma Avenue AnaheIm, CA 92806 Tel (714) 630-3700 FAX (714) 8~120 QUOTAnoN Date: February 13, 2001 To: CIty of San Bernardino Scott Zebm 9OI-314..e.22l1 We ... ofterlng the following producta .t prIeM and conditions set forth on th" tom. Item Qty DHcrlpt/on Unit Price 1 280 Ped heed wi door and visor $ 1&4.00 ExmIded Pit.. S 43,120.00 T_ not Included. F .O.B.: Anaheim, CA T_:. Net 3D Delivery: 6 to . weelalafter CftldIt spprovII Valid For: 6D Day8 Freight: PrepMland charged p~ Shmoalmr Pat Sho....r 62/14/2661 68:59 6365126 SALES PAGE 811 ECONOUTE CONTROL PRODUCTS, INC. 3380 fait La PaImII Avenue .AnaheIm. CA Q2808 Tel (714) 830-3700 FAX (714) ~120 QUOTATION Date: February 14, 2001 To: Cttv of San Bernardino Scott Zehm 108 38HIZ2I WIt ... offering the foIIowtnll products. prlcee .nd condltlona set forti! on tIlla fonn. Item QIy Dtlcrlptlon 1 .. FWAOI04GZB MABlIount Bronze Unit Pl1ce S 18.00 &tendact '. . 11.00 Taue not Included. F.O.B.: Anahalm. CA ltmlS:' Mat 30 Delivery: I to 11__ ....... Credit .,.,.",., VaIkI For: 10 Days F~ht: Prep.1d and charged PDIA: S'Itbw".J*-- Pat 8ho_lter ., FEB-20-2001 15:03 McCAIN TRAFFIC SUPPLY Att: SCOTT ZEHM Quote # Agency Job Name Bid Date Bid Item 760 727 8184 P.01/01 ~ 909-384-522~ ~09-384-S 129 ~ Estimator SHELUE CAMPBELL conOSl SAN BERNARDINO DIRECT BID 2.20.01 Qnt 110 110 30 280 30 Descri tion MAS [RYG]12" SIGNAL [RYC]lZ" SIGNAL HEAD ONLY [RYG]S" SIGNAL HEAD ONLY INCANDESCENT PEDESTRIAN SIGN MT VEH MAS BRONZE CAL GREEN *QUOTE DOES NOT INCLUDE SIG AL FRAMEWORk SIGNAL SPECIFICATIONS ALUMINUM HOUSING FULL CIRCLE VISORS GLASS VEHICLE SIGNAL LENSES ALZAK REFLECTORS ALUMINUM LOUVERED BACKPlAT STANDARD CALTRANS COLORS (e TYPE A PEDESTRIAN SIGNAL PEDESTRIAN SIGNAL LAMPS NOT NClUDED GLASS PEDESTRIAN SIGNAL LENS BRONZE TERMINAL COMPARTME BRONZE MAS &. MAT *PlEASE REVIEW FOR. ACCURA ALLOW 8-10 WEEKS FOR DE IVERY REFERENCE TOTAL Prices firm for 30 days. Freight included. Add sales Sale is subject to McCain Tr c Supply's standard terms and conditio s. Price Extension $227.00 $24,970.00 $189.00 $20.790.00 $155.00 $4,650.00 $137.00 $38.360.00 $43.00 $1,290.00 190,060.00 2575 PIONEER A~*VISTA, CA. 92083*PH. ( ~O)'27-8100*FAX (760)727-8184 . ~(Q)~W AGREEMENT FOR SERVICES THIS AGREEMENT is entered into this 20th day of March, 2001, between BEST TEMPORARY SERVICES ("Contractor") and the CITY OF SAN BERNARDINO ("CITY"). WITNESSETH: A. WHEREAS, CITY has need for temporary employee services within the City and, B. WHEREAS, CONTRACTOR is competent and able to perform said services, and, C. NOW, THEREFORE, the parties hereto agree as follows: I. CONTRACTOR shall furnish temporary employees to CITY in accordance with Attachment A. 2. Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount not to exceed $110,000, in accordance with Attachment A. This Agreement may be canceled by two weeks written notice by either party. 3. CONTRACTOR shall weekly statement of hot within thirty (30) days t any part ofthe statement Pr1fR-€nu-,,,, ~. ()(E"cunJ) w;n+ !2L-""i)Lc.{'TI(!"J - Jpment Services with a I be provided payment ight to challenge all or 4. The term of this agreem _ __no .,._~u .<..u, 2001 until September 30,2001, but shall not exceed $110,000. 5. CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgement or expenses (including, without limitation, reasonable costs of defense) arising out of or related to CONTRACTOR'S performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by CITY'S willful or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. :. " Agreement for Services - Best Temporary Page 2 of4 6. CONTRACTOR shall perform work tasks as directed by the Director of Development Services or his designee, but for all intents and purposes CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY and, as such, shall not be entitled to any benefits, including but not limited to, medical insurance, retirement and workers' compensation. 7. In the performance of this Agreement contractor shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 8. Any notice to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: To the City: James Funk Director of Development Services 300 North "D" Street San Bernardino, CA 92418 To the Contractor: Marty Ferguson Vice President Best Temporary Services 1410 Third Street, Suite 1 Riverside, CA 92507 Nothing in this paragraph shall be construed to prevent the giving of notices by personal service. 9. CONTRACTOR shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Contractor shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Contractor performing any of the services under this Agreement. A. Comorehensive General Liability and Automobile Insurance - The Contractor shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. I " Agreement for Services - Best Temporary Page 3 of 4 B. Worker's Compensation Insurance - The Contractor shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Contractor, IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and date first above shown. Date: By: Marty Ferguson, Vice President Best Temporary Services Date: CITY OF SAN BERNARDINO By: Judith Valles, Mayor ATTEST: Rachel Clark, City Clerk Approved as to form And legal content: James F. Penman, City Attorney By: .' . Agreement for Services - Best Temporary Page 4 of 4 Services Agreement ATTACHMENT A Scope of Services Contractor shall perform services including, but not limited to the following: . Provide competent electricians capable, under direct supervision, of performing entry-level skilled electrical work in retrofitting traffic signal lights . Each employee shall posses a valid Class C California Driver's license . Replace, install, retrofit, rewire traffic signal heads for the purpose of upgrading the signals with new LED light modules . Operate bucket trucks . Knowledge of appropriate safety, precaution and procedure . Set-up safety equipment at intersections, as directed by City staff . Transport materials and equipment weighing up to 50 pounds . Provide prompt replacement of any employee not present or capable to performing the required tasks . Provide prompt replacement of any employee who does not consistently and promptly report for work Contractor shall work under the supervision of the Traffic Signal and Street Lighting Supervisor or his designee. The City will provide the following services: . Provide necessary transportation and specialized equipment and parts required to perform the tasks . Traffic Signal and Street Lighting Section will provide the necessary training, supervision and inspection for required tasks Compensation City shall compensate contractor for actual hours worked as directed by the City, at a rate of $24.56 per hour and according to terms in paragraph C.3 & 4 of this Agreement. Term of al!reement This agreement shall expire on September 30, 2001 or sooner as determined by the City and shall not exceed a total of $110,000. Hours worked and work schedule shall be established by mutual agreement between Contractor and City. . . ,. ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): 3,- \ " -Cl\ Item # Vote: Ayes \ ~ \ S--'\ Nays e:r Change to motion to amend original documents: - 13 Resolution # Abstain 4=>r 2001-1,2- Absent 2 . ~ . Reso. # On Attachments: L Contract term: - NulVVoid After: Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date: See Attached: -= Date Sent to Mayor: 3-'2 '2;-<:::> I Date of Mayor's Signature: 6-'2:2>--c,\ Date of Clerk/CDC Signature: 5- 2.o--D\ Reso. Log Updated: ,/ Seal Impressed: v/ Date Memo/Letter en 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See Date Returned: ed: Yes -./ No By Yes No~ By Yes No -,r- By Yes No---+oL By Yes No 1 By Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffie Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney ./ Parks & Rec. Code Compliance Dev. Services ,,/'" EDA Finance ;/'" MIS Police Public Services Water Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc,) Ready to File: ~ Date: ~. Z7r Cl\