HomeMy WebLinkAboutAgenda Report - June 3, 2015 C-06CAGENDA ITEM .Ob
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year
2015/16 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties, of Stockton, for Downtown Cleaning ($54,523), Transit Facility Cleaning
($45,384) and Hutchins Street Square Landscape Maintenance ($18,805)
MEETING DATE: June 3, 2015
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contracts for
Fiscal Year 2015/16 with United Cerebral Palsy of San Joaquin,
Amador, and Calaveras Counties, of Stockton, for downtown
cleaning in the amount of $54,523, transit facility cleaning in the amount of $45,384 and Hutchins Street
Square landscape maintenance in the amount of $18,805.
BACKGROUND INFORMATION: United Cerebral Palsy (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 cleaning 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 weeding, shrub trimming and debris removal.
The UCP program provides meaningful work for the disabled. Each UCP crew includes four persons plus
a supervisor. The program includes transportation and direct supervision for the crew at the following
hourly rates:
2015
2016*
Downtown Cleaning $51.52
$57.07
Transit Facility Cleaning $52.51
$57.20
Hutchins Street Square Landscape $50.37
$55.92
*Rates reflect the State Minimum Wage increase effective January 1, 2016.
UCP is the only known nonprofit organization that pays the disabled the State minimum wage. Other
organizations are known to pay crew members less and cite additional benefits such as training,
transportation, supervision, and overhead as reasons for below -minimum wage compensation. In addition
to strengthening the self-esteem of these crew members, the citizens of Lodi continue to receive excellent
services at a very competitive price.
Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when the
City Council determines that the purchase or method of purchase is in the best interests of the City.
Staff recommends waiving the method of receiving competitive bids since it is advantageous for the City
to receive this service at a very competitive price.
APPROVED:
® 6--*Vw b a u , City Manager
\\CVCFILV02\PubWks$\WP\PROJECTS\MISC\UCP\2015-16\CC Contracts.doc
5/21/2015
Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year 2015/16 with United
Cerebral Palsy of San Joaquin, Amador, and Calaveras Counties, of Stockton, for Downtown Cleaning
($54,523), Transit Facility Cleaning ($45,384) and Hutchins Street Square Landscape Maintenance
($18,805)
June 3, 2015
Page 2
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.
FUNDING AVAILABLE: Subject to budget approval, funds for these contracts are provided in the
following 2015/16 operating budgets.
Downtown Cleaning: $54,523 — Street Fund (30156003)
Transit Facility Cleaning: $45,384 — Transit Fund (60054104)
Hutchins Street Square
Landscape Maintenance: $18,805 — HSS Fund (20071402)
Jordan Ayers
Deputy City Manager/Internal Services Director
Jeff Hood
Parks, Re tion & Cultural Services Director
Prepared by Sean Nathan, Associate Civil Engineer
FWS/SEN/pmf
cc: Deputy Public Works Director —Utilities
Transportation Manager
Building & Event Supervisor
F. Wally Ondelin
Public Works Director
\\CVCFILV02\PubWks$\WP\PROJECTS\MISC\UCP\2015-16\CC Contracts.doc 5/21/2015
Contract for "Downtown Lodi Cleaning Crew"
This contract agreement is made and entered into this 1st day of July 2015 between the
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 "Downtown Lodi Cleaning" service by the Contractor for the Customer. The Contractor,
beginning July 1, 2015 will provide services associated with the "Downtown Lodi Cleaning"
project. The duties outlined in the contract will not officially begin until Customer specifies.
The services for "Downtown Lodi 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 "Downtown
Lodi 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.
This contract can be extended annually if mutually agreeable by both the Customer
and Contractor.
In addition to the terms outlined between the Contractor and the Customer, both parties
agree
that:
a) No alterations or variation of 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 party to the
contract.
b) Implementation of this contact 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 "Downtown Lodi
Cleaning".
It is suggested that the Customer, upon agreement of these terms, 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:
■ Work hours, Monday — Friday, 7:00 a.m. — 11:00 a.m., except holidays
• Empty trash containers Monday & Friday
• Clean all Downtown furniture weekly, dust benches, bollards, light standards
• Blow and collect leaves
• Remove litter, broken glass, cleanup spills
• Remove fallen leaves weekly
• Wash sidewalk areas around trash containers monthly
■ Report hazards immediately — broken tree limbs, loose pavers, bent signs
etc...
The Contractor's Responsibilities
1. The Contractor will provide the staff to make up one (1) crew of up to 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 "Downtown Lodi Cleaning" as designated by the Utility
Superintendent - PW. 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 begin cleaning Downtown at 7:00 a.m. — 11:00 a.m., Monday
through Friday.
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)fsupervisor(s) to the Customer at no additional charge to the Customer. The
trainer(s)/supervisor(s) will remain on-site, in the immediate work area while
crewmembers are present. The Contractor has the sole responsibility of all Workers'
Compensation 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 "Downtown Lodi Cleaning"
services rendered.
5. Detailed tracking documents 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 not be negatively affected. 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.
8. Public Liability and Property Damage Insurance - The Contractor shall take out and
maintain during the life of this contract such Public Liability and 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, as shown on Exhibit A.
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 of $51.52 for each hour associated with
the "Downtown Lodi Cleaning". Effective January 1, 2016 the hourly rate per hour of
service will increase to $57.07.
2. The Customer will provide all Contractor crewmembers with "Downtown Lodi Cleaning"
supplies and equipment specific to '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 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.
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.
Downtown Lodi Cleaning Cost Projection
FY15-16
July
August
Sept
Oct
Nov
Dec
Jan
Feb
March
April
May
June
Total
Hrs•
1,004
Serviced
88
84
88
84
72
84
76
80
92
84
84
88
Cleaning
Cost Per
$51.52
$51.52
$51.52
$51,52
$51.52
$51.52
$57.07
$57.07
$57.07
$57.07
$57.07
$57.07
Hr.
Cleaning
Cost Per
$4,533,76
$4,327.68
$4,533,76
$4,327.68
$3,709.44
$4,327.66
$4,337.32
$4,565.60
$5,250,44
$4,793,88
$4,793.68
$5,022.16
Month
$54,523.28
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties
and the City of Lodi agree to all the stipulations in this agreement and its attachments:
Signature of Contractor Representative Date
CITY OF LODI
STEPHEN SCHWABAUER, City Manager Date
ATTEST:
JENNIFER M. FERRAIOLO, City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney �'
Exhibit A
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement 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 Agreement, 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:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury — Per Person;
$1,000,000 Bodily Injury — Per Accident;
$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Ensured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such 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 insureds.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of thero oject that it is insuring.
Page 1 1 of 2 pages I Risk: rev.03.2014
Insurance Reguirements for Contractor (continued)
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Severability of interest Clause
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.
(e) Notice of Cancellatign or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(f) Continuily of CoyqEggq
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1s) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insuren sl
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.03.2014
Contract for "Transit Facility Cleaning"
This contract agreement is made and entered into this 1st day of July, 2015 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, 2015, 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 of 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 party 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.
This contract can be extended annually if mutually agreeable by both the Customer and Contractor.
The Contractors Responsibilities
1. The Contractor will provide the staff to make up one (1) crew of up to (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 cost to the Customer.
2. 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 shelter as designated by the Transit
Manager. The cleaning schedule will be a rotating schedule to ensure all designated areas receive
adequate cleaning for the month. The Contractor will also collect garbage from bus stops as
needed. The Contractor will be responsible for the bus stops mentioned in Exhibit A.
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' Compensation 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 affected. 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.
8. Public Liability and Property Damage Insurance - The Contractor shall take out and maintain during
the life of this contract such Public Liability and 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, as
shown on Exhibit B.
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 of $52.51 for each hour associated with the "Transit
Facility Cleaning". This shall be considered full compensation for all the Contractor's expenses
incurred in the performance of the contract. Effective January 1, 2016 the hourly rate per hour of
service will increase to $57.20.
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 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 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.
TRANSIT FACILITY CLEANING
1. Energy Conservation
FEDERAL REQUIREMENTS
CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency which
are contained in the state energy conservation plan issued in compliance with the Energy Policy and
Conservation Act.
2. Access to Records
The following access to records requirements apply to this Contract:
a. Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(1), the Contractor
agrees to provide the Purchaser, the FTA Administrator, U. S. Secretary of Transportation,
the Comptroller General of the United States or any of their authorized representatives
access to all third party contract records as required by 49 U.S.C. § 5325(g). Contractor
also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized
representatives including any PMO Contractor access to Contractor's records and
construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which
is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,
5309 or 5311.
b. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser,
the FTA Administrator or his authorized representatives, including any PMO Contractor,
access to the Contractor's records and construction sites pertaining to a major capital
project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance
through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major
capital project excludes contracts of less than the simplified acquisition threshold currently
set at $100,000.
C. Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a hospital
or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser,
FTA Administrator, the Comptroller General of the United States or any of their duly
authorized representatives with access to any books, documents, papers and record of the
Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions.
d. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or
improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the
Contractor shall make available records related to the contract to the Purchaser, the
Secretary of Transportation and the Comptroller General or any authorized officer or
employee of any of them for the purposes of conducting an audit and inspection.
e. The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
The Contractor agrees to maintain all books, records, accounts and reports required under
this contract for a period of not less than three years after the date of termination or
expiration of this contract, except in the event of litigation or settlement of claims arising from
the performance of this contract, in which case Contractor agrees to maintain same until the
Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized
representatives, have disposed of all such litigation, appeals, claims or exceptions related
thereto. Reference 49 CFR 18.36(1)(11).
g. FTA does not require the inclusion of these requirements in subcontracts.
3. Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and
directives, including without limitation those listed directly or by reference in the Department of
Transportation, Federal Transit Administration, Master Agreement (FTA MA (21) dated October 1, 2014),
between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of
this contract. CONTRACTOR's failure to so comply shall constitute a material breach of this contract.
4. No Government Obligation to Third Parties
CITY OF LODI and CONTRACTOR acknowledge and agree that, notwithstanding any concurrence by the
Federal Government in or approval of the solicitation or award of the underlying contract, absent the express
written consent by the Federal Government, the Federal Government is not a party to this contract and shall
not be subject to any obligations or liabilities to CITY OF LODI, CONTRACTOR, or any other party (whether
or not a party to that contract) pertaining to any matter resulting from the underlying contract.
The CONTRACTOR agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to
identify the SUBCONTRACTOR who will be subject to its provisions.
5. Program Fraud and False or Fraudulent Statements or Related Acts.
The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the
CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it
may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which
this contract work is being performed. In addition to other penalties that may be applicable, the
CONTRACTOR further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR to the extent the Federal
Government deems appropriate.
The CONTRACTOR also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a contract
connected with a project that is financed in whole or in part with Federal assistance originally awarded by
FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of
18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the CONTRACTOR, to the extent the Federal Government
deems appropriate.
The CONTRACTOR agrees to include the above two clauses in each subcontract financed in whole or in
part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified,
except to identify the SUBCONTRACTOR who will be subject to the provisions.
6. Termination
Termination for Convenience (General Provision)
The CITY OF LODI may terminate this contract, in whole or in part, at any time by written notice to
the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs,
including contract close-out costs, and profit on work performed up to the time of termination. The
Contractor shall promptly submit its termination claim to CITY OF LODI to be paid the Contractor. If
the Contractor has any property in its possession belonging to the CITY OF LODI, the Contractor will
account for the same, and dispose of it in the manner the CITY OF LODI directs.
Termination for Default [Breach or Cause] (General Provision)
If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if
the contract is for services, the Contractor fails to perform in the manner called for in the contract, or
if the Contractor fails to comply with any other provisions of the contract, the CITY OF LODI may
terminate this contract for default. Termination shall be effected by serving a notice of termination on
the contractor setting forth the manner in which the Contractor is in default. The contractor will only
be paid the contract price for supplies delivered and accepted, or services performed in accordance
with the manner of performance set forth in the contract.
If it is later determined by the CITY OF LODI that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control
of the Contractor, the CITY OF LODI, after setting up a new delivery of performance schedule, may
allow the Contractor to continue work, or treat the termination as a termination for convenience.
Opportunity to Cure (General Provision)
The CITY OF LODI in its sole discretion may, in the case of a termination for breach or default, allow
the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the
notice of termination will state the time period in which cure is permitted and other appropriate
conditions
If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms,
covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written
notice from CITY OF LODI setting forth the nature of said breach or default, (Recipient) shall have
the right to terminate the Contract without any further obligation to Contractor. Any such termination
for default shall not in any way operate to preclude (Recipient) from also pursuing all available
remedies against Contractor and its sureties for said breach or default.
Waiver of Remedies for any Breach
In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any
covenant, term or condition of this Contract, such waiver by CITY OF LODI shall not limit CITY OF
LODI's remedies for any succeeding breach of that or of any other term, covenant, or condition of
this Contract.
Termination for Default (Construction)
If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that
will insure its completion within the time specified in this contract or any extension or fails to
complete the work within this time, or if the Contractor fails to comply with any other provisions of this
contract, the CITY OF LODI may terminate this contract for default. The CITY OF LODI shall
terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default.
In this event, the CITY OF LODI may take over the work and compete it by contract or otherwise,
and may take possession of and use any materials, appliances, and plant on the work site necessary
for completing the work. The Contractor and its sureties shall be liable for any damage to the
Recipient resulting from the Contractor's refusal or failure to complete the work within specified time,
whether or not the Contractor's right to proceed with the work is terminated. This liability includes any
increased costs incurred by the Recipient in completing the work.
The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages
under this clause if -
the delay in completing the work arises from unforeseeable causes beyond the control and
without the fault or negligence of the Contractor. Examples of such causes include: acts
of God, acts of the CITY OF LODI, acts of another Contractor in the performance of a
contract with the CITY OF LODI, epidemics, quarantine restrictions, strikes, freight
embargoes; and
the contractor, within [10] days from the beginning of any delay, notifies the CITY OF LODI
in writing of the causes of delay. If in the judgment of the CITY OF LODI, the delay is
excusable, the time for completing the work shall be extended. The judgment of the
CITY OF LODI shall be final and conclusive on the parties, but subject to appeal under
the Disputes clauses.
If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not
in default, or that the delay was excusable, the rights and obligations of the parties will be the same
as if the termination had been issued for the convenience of the CITY OF LODI.
Termination for Convenience or Default (Architect and Engineering) The CITY OF LODI may
terminate this contract in whole or in part, for the CITY OF LODI's convenience or because
of the failure of the Contractor to fulfill the contract obligations. The CITY OF LODI shall
terminate by delivering to the Contractor a Notice of Termination specifying the nature,
extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall
immediately discontinue all services affected (unless the notice directs otherwise), and
deliver to the Contracting Officer all data, drawings, specifications, reports, estimates,
summaries, and other information and materials accumulated in performing this
contract, whether completed or in process.
If the termination is for the convenience of the CITY OF LODI, the Contracting Officer shall make an
equitable adjustment in the contract price but shall allow no anticipated profit on unperformed
services.
If the termination is for failure of the Contractor to fulfill the contract obligations, the CITY OF LODI
may complete the work by contact or otherwise and the Contractor shall be liable for any additional
cost incurred by the CITY OF LODI.
If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was
not in default, the rights and obligations of the parties shall be the same as if the termination had
been issued for the convenience of the CITY OF LODI.
Termination for Convenience of Default (Cost -Type Contracts) The CITY OF LODI may
terminate this contract, or any portion of it, by serving a notice or termination on the
Contractor. The notice shall state whether the termination is for convenience of the CITY
OF LODI or for the default of the Contractor. If the termination is for default, the notice shall
state the manner in which the contractor has failed to perform the requirements of the
contract. The Contractor shall account for any property in its possession paid for from funds
received from the CITY OF LODI, or property supplied to the Contractor by the CITY OF
LODI. If the termination is for default, the CITY OF LODI may fix the fee, if the contract
provides for a fee, to be paid the contractor in proportion to the value, if any, of work
performed up to the time of termination. The Contractor shall promptly submit its
termination claim to the CITY OF LODI and the parties shall negotiate the termination
settlement to be paid the Contractor.
If the termination is for the convenience of the CITY OF LODI, the Contractor shall be paid its
contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the
work performed up to the time of termination.
If, after serving a notice of termination for default, the CITY OF LODI determines that the Contractor
has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault
of and are beyond the control of the contractor, the CITY OF LODI, after setting up a new work
schedule, may allow the Contractor to continue work, or treat the termination as a termination for
convenience.
7. Government -wide Debarment and Suspension (Nonprocurement)
The CONTRACTOR agrees to comply, and assures the compliance of each third party CONTRACTOR and
SUBCONTRACTOR at any tier, with Executive Orders Nos. 12549 and 12689, "Debarment and
Suspension," 31 U.S.C. § 6101 note, and U.S. DOT regulations, "Government wide Debarment and
Suspension (Non procurement)," within 49 C.F.R. Part 29.
8. Clean Water
The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the
Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed
in whole or in part with Federal assistance provided by FTA.
9. Civil Rights
Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR agrees that it
will not discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, the CONTRACTOR
agrees to comply with applicable Federal implementing regulations and other
implementing requirements FTA may issue.
b. Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. §
5332, the CONTRACTOR agrees to comply with all applicable equal employment
opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive
Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order
No. 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect
construction activities undertaken in the course of the Project. The CONTRACTOR
agrees to take affirmative action to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, color, creed,
national origin, sex, or age. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. In addition, the CONTRACTOR
agrees to comply with any implementing requirements FTA may issue.
ii. Acle - In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the
CONTRACTOR agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, the CONTRACTOR agrees to
comply with any implementing requirements FTA may issue.
iii. Disabilities - In accordance with section 102 of the Americans with Disabilities Act,
as amended, 42 U.S.C. § 12112, the CONTRACTOR agrees that it will comply with
the requirements of U.S. Equal Employment Opportunity Commission, 'Regulations
to Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In
addition, the CONTRACTOR agrees to comply with any implementing requirements
FTA may issue.
The CONTRACTOR also agrees to include these requirements in each subcontract financed in whole or in
part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
10. Disadvantaged Business Enterprise (DBE)
This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by
Disadvantaged Enterprises in Department of Transportation Financial Assistance Programs. For Federal
Fiscal Year 2014/15 through 2016/17, the overall DBE goal for City of Lodi FTA assisted contracts is 2.75%.
However, there is not a contract goal for this project.
Contract Assurance
The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of
this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a
material breach of this contract, which may result in the termination of this contract or such other remedy as
CITY OF LODI deems appropriate. Each subcontract the contractor signs with a subcontractor must include
the assurance in this paragraph (see 49 CFR 26.13(b)).
11. Prompt Payment
Prompt Progress Payment to Subcontractors
Attention is directed to the provisions in Federal Regulations (49 CFR 26.29) concerning payment to
subcontractors. The contractor shall make prompt and regular incremental acceptances of portions, as
determined by the CITY OF LODI, of the contract work and shall pay retainage to the prime contractor
based on these acceptances.
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than thirty (30) days from the receipt of each payment the prime
contractor receives from the CITY OF LODI. Any delay or postponement of payment from the above
referenced time frame may occur only for good cause following written approval of the City of Lodi. This
clause applies to both DBE and non -DBE subcontracts.
Prompt Payment of Withheld Funds to Subcontractors
The prime contractor agrees to return retainage payments to each subcontractor within thirty (30) days
after the subcontractor's work is satisfactorily completed and accepted including incremental acceptances
of portions of the contract work by the CITY OF LODI. Federal Regulation (49 CFR 26.29) requires that any
delay or postponement of payment from the above referenced time frame may occur only for good cause
following written approval of the CITY OF LODI. This clause applies to both DBE and non -DBE
subcontracts.
Monitoring and Enforcement
Violation of the City of Lodi's prompt payment and retainage provisions shall subject the violating prime
contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California
Business Professions Code. This requirement shall not be construed to limit or impair any contractual,
administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of: a
dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance;
and/or noncompliance by a subcontractor. This clause applies to both DBE and non -DBE subcontractors.
12. Incorporation of FTA Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether
or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as
set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein
notwithstanding, all FTA -mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The CONTRACTOR shall not perform any act, fail to perform any
act, or refuse to comply with any CITY OF LODI request, which would cause CITY OF LODI to be in violation
of the FTA terms and conditions.
13. Lobbying Restrictions
The CONTRACTOR agrees to:
I. Refrain from using Federal assistance funds to support lobbying,
II. Comply, and assure the compliance of each third party CONTRACTOR at any tier and each
SUBCONTRACTOR at any tier, with U.S. DOT regulations, "New Restrictions on Lobbying,"
49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352.
III. Comply with Federal statutory provisions to the extent applicable prohibiting the use of
Federal assistance funds for activities designed to influence Congress or a State legislature
on legislation or appropriations, except through proper, official channels.
IV. In addition, the Bidder shall complete Standard Form SF -LLL, "Disclosure of Lobbying
Activities", in Section 3A of this Plans and Specifications, including instructions of
completion.
14. Clean Air
I. The Contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The Contractor agrees
to report each violation to the Purchaser and understands and agrees that the Purchaser
will, in turn, report each violation as required to assure notification to FTA and the
appropriate EPA Regional Office.
II. The Contractor also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
1s. Breaches and Disputes
a) Disputes
Disputes arising in the performance of this Contract which are not resolved by agreement of the
parties shall be decided in writing by the authorized representative of CITY OF LODI. This decision
shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the
CONTRACTOR mails or otherwise furnishes a written appeal to CITY OF LODI. In connection with
any such appeal, the CONTRACTOR shall be afforded an opportunity to be heard and to offer
evidence in support of its position. The decision of CITY OF LODI shall be binding upon the
CONTRACTOR and the CONTRACTOR shall abide be the decision.
b) Performance During Dispute
Unless otherwise directed by CITY OF LODI, CONTRACTOR shall continue performance under this
Contract while matters in dispute are being resolved.
c) Claims for Damages
Should either party to the Contract suffer injury or damage to person or property because of any act
or omission of the party or of any of his employees, agents or others for whose acts he is legally
liable, a claim for damages therefore shall be made in writing to such other party within a reasonable
time after the first observance of such injury of damage.
d) Remedies
Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between CITY OF LODI and the CONTRACTOR arising out of or relating to this agreement
or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent
jurisdiction within the State of California.
e) Rights and Remedies
The duties and obligations imposed by the Contract Documents and the rights and remedies
available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and
remedies otherwise imposed or available by law. No action or failure to act by CITY OF LODI ,
Architect or CONTRACTOR shall constitute a waiver of any right or duty afforded any of them under
the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in
any breach thereunder, except as may be specifically agreed in writing.
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.
Transit Facility Cleaning Cost Projection
FY 15-16
July
August
Set
Oct
Nov
Dec
Hrs.
71.5
68.25
68.25
71.5
61.75
68.25
Serviced
$57.20
$57.20
$57.20
$57.20
$57.20
Parking Lot
$52.51
$52.51
$52.51
$52.51
$52.51
$52.51
Cost per Hr.
Parking Lot Cost
$3,754.47
$3,583.81
$3,583.81
$3,754.46
$3,242.49
$3,583.81
per Month
Jan
Feb
Mar
Apr
May
June
Total
61.75
68.25
74.75
68.25
73.5
71
827
$57.20
$57.20
$57.20
$57.20
$57.20
$57.20
$3,532.10
$3,903.90
$4,275.70
$3,903.90
$4,204.20
$4,061.20
$45,383.85
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties and the
City of Lodi agree to all the stipulations in the agreement and its attachments:
Signature of Contractor Representative
CITY OF LODI
STEPHEN SCHWABAUER, City Manager
ATTEST:
JENNIFER M. FERRAIOLO, City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH,
Date
Date
TRANSIT FACILITY CLEANING
CERTIFICATIONS AND FORMS
NONLOBBYING CERTIFICATION
FOR FEDERAL -AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or bid, to the best of his or her knowledge
and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or bid that he or she shall require that the
language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
ff
pe of Federal Action:
contract
b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
2. Status of Federal Action
❑ a. bid/offer/application
b. initial award
c. post -award
4. Name and Address of Reporting Entity
E]Prime 1-1 Subawardee
Tier if known
Congressional District, if known:
6. Federal Department/Agency:
8. Federal Action Number, if known:
10. a. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
3. Report Type:
F-1 a. initial filing
b. material change
For Material Change Only:
year quarter
date of last report
5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
Congressional District, if known:
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
b. Individuals Performing Services (including
address if different from No. I Oa)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
11. Amount of Payment (check all that apply)
$ 0 actual n' planned
12. Form of Payment (check all that apply):
a. cash
b. in-kind; specify: nature
value
13. Type of Payment (check all that apply)
a. retainer
b. one-time fee
c. commission
d. contingent fee
e deferred
f. other, specify
14. Brief Description of Services Performed or to be performed and Date(s) of Service, including
officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:
(attach Continuation Sheet(s) if necessary)
15. Continuation Sheet(s) attached: Yes ❑
1.6. Information requested through this form is authorized by Title
31 U.S.C. Section 1352. This disclosure of lobbying reliance
was placed by the tier above when his transaction was made or
entered into. This disclosure is required pursuant to 31 U.S.C.
1352. This information will be reported to Congress
semiannually and will be available for public inspection. Any
person who fails to file the required disclosure shall be subject
to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Federal Use Only:
No rl
Signature:
Print Name:
Title:
Telephone No.:
Standard Nbmt LLL Rev. U9-11-97
Date:
Authorized for Local Reproduction
Standard Form - LLL
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered
Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or
agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress
an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation
sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change
report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered
Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously
reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting
entity for this covered Federal action.
4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate
classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,
e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards
under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime
Federal recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if
known. For example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic
Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Invitation For Bids (IFB)
number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal
control number assigned by the Federal agency). Include prefixes, e.g., "IFB-DE-90-001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the
award/loan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence
the covered Federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name
and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10).
Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change
report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value
of the in-kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of
any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the
Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send
comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the
Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. F -LLL -Instructions Rev. 06-04-90aENDIF»
CITY OF LODI BIDDER'S/PROPOSER'S INFORMATION REQUEST FORM
Gr1ne
NAME OF PROTECT/PROPOSAL
FEDERAL AID PROTECT NUMBER
PDJGRNOUN 7NANE AND. Aoo EN -ss
UUTME-55LICEN3E-NUMBER
NAME OF PERSON SUBMITTING BID fi1G`IVATURe OF PROPOSER
DAt
rafmikCTpirva N PNOfKigA1WR
IltIA1L
Vriponalit'.'i cterift names ! Na• a•[apy 'tT!' 'M: ontilledion for
eW VAizontracWllstter-on tlf? Att ant.ep
LIST BUSINESS FIRM(s): List Name, Address
and Contact Person (if not the same as above)
Phone Number
Email Address
Age of
Fhm
Item of Work,
Service or
Materials Supplied
NAICS
Code (if
known)*
Annual Gross
Recle m of
Firm
CertiPled
DBE Y ry
( � )
DBE
Cert'Ific Number
Number
CertWi ed SBE
Y N
( � )
SBE
Certification r
Number
Award Amount
Percentage of
Contract
Participation
OL Nw`KE Contrraccor
m
• NAIC$.460115 NWlhAirt9CM'TtrSuabY . ,SYB[iRS Code. Coded can be Mur d at:I�MwM.CaTtDfa.Y���FIM�MIY/aefCs
d 3W. {!j &Kit An a*M (?)'tAelhgflyW* (3) f"th! AmbrAn (J) Aa.4e•Poclbc I9) AWn•sami 11U1ept (6) Women (7) Other (designated by the Snell Business Administration)
.:08EafWYt M oaf tiry'P,alEhbld er an apanO gaRklpa ft in ft C01Gmia Wined 4RYkitlan.ROprNM1 AqW the Caltrans website at http;//dot.ca.gov/hq/bep/ucp.htm for A list of participating agencies.
k7POrtaiKt ARtaCM1,tr{/ Plod Oi.iaKiitalf011 for fActi:BB orS� 'fhm load idRild t1'letR1Q.!)IY QSBE goai If different from'&dders/Proposers Infometlon Request Fonn"
#iikJAfdmatiotl veri W cdtrptfad lOccM�kfKp wkh BY '�dtyINOP� 7ltfcfrtYtWd RE000 e:n
Exhibit A
Shelter Locations
Location
Description
Trash Can
Target
Private parking lot
Private trash
Lowe's
Lower Sac N/Vinter Sq-SunWest Market Place (west side)
Trash /recycling
Lower Sacramento N/Elm
Lower Sacramento N/ Elm (east side)
Trash /recycling
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)
Trash /recycling
Lodi Lake on Turner Rd near
the main gate
Turner E/Loma (north side)
Trash
Lockeford St at Calaveras St
Lockeford St N/ Calaveras St (west side)
Trash maintained
by Parks/Rec
Hale Park
Stockton S/Locust (east side)
Trash /recycling
Loel Center
Oak St W/ Washington (south side)
Trash
Central Ave at Tokay St
Central S/ Harold (west side)
Trash
Central Ave at Boys and Girls
Club
Central N/Cypress (east side)
Trash /recycling
Kofu Park
Ham S/Cardinal (west side)
Trash
Municipal Service Center
Ham N/ Kettleman (west side)
Trash
Lower Sac at Tejon
Lower Sac N/ Tejon (east side)
Trash /recycling
Stockton St at Lodi P& R
Stockton S/Locust (west side)
Trash /recycling
Stockton at Pine
Stockton S/ Pine St (west side)
Trash /recycling
Central at Cypress
Central N/ Cypress (west side)
Trash
Cherokee at Rancho San
Miguel
Cherokee N/Eden (east side)
Trash
Kettleman at Bev Mo
Kettleman E/Lower Sac (south side)
Trash
Lodi Adult School
Cherokee S/ Pine (west side)
Trash /recycling
Ham at Lodi
Ham S/ Lodi (west side)
'Trash
Ham at Lodi Memorial
Hospital
Ham S/ Vine (east side)
Trash
Kettleman at IHOP
Kettleman E/ Ham (south side)
Trash /recycling
Cherokee at Hale
Cherokee N/ Hale (east side)
Trash /recycling
Cherokee at Lodi
Cherokee S/ Lodi (west side)
Trash /recycling
Turner at California
Turner E/ California (south side)
Trash
Cherokee at Maple
Cherokee N/ Maple (west side)
Trash
Central at Tokay
Central N/ Tokay (east side)
Trash
Lower Sacramento at Lodi
Lower Sacramento S/ Lodi (west side)
Trash
Lockeford at Crescent
Lockeford W/Crescent (south side)
Trash
Kettleman at Church
Kettleman W/ Church (north side)
Trash
Lower Sacramento at Vine
Lower Sacramento S/ Vine (west side)
Trash
Lodi Middle School
Ham S/ Vine (west side)
Trash /recycling
Kettleman at Crescent - apts
Kettleman W/ Crescent (north side) ITrash
Location
Description
Trash Can
Kettleman at Bank of America
Kettleman E/ Crescent (south side)
Trash
Kettleman @ Church
Kettleman W/ Church (south side)
Trash
Central at Oak
Central S/ Oak (west side)
Trash
Cherokee at Walnut
Cheorkee N/Walnut (east side)
Trash
Cherokee at Almond
Cherokee S/ Almond (west side)
Trash
Ham at Century
Ham S/ Century (west side)
Trash
Vine at Hutchins
Vine W/ Hutchins (north side)
Trash maintained
by Parks/Rec
Lower Sacramento at Elm
Lower Sacramento S/ Elm (west side)
Trash
Melby at Harney
Melby N/ Harney (west side)
Trash
Oak at Washington
Oak St W/ Washington (north side)
Trash
Pine at Central
Pine St W/ Central (south side)
Trash
Pine at Cherokee
Pine St W/ Cherokee (south side)
Trash
Pine at Stockton
Pine St W/ Stockton (south side)
Trash
Cherokee at Elm
Cherokee Ln N/ Elm (west side)
Trash
Lodi at School
Lodi Ave W/ School (south side)
Trash
Stockton at Almond
Stockton St N/ Almond (east side)
Trash
Vine at Fairmont
Vine W/ Fairmont (south side)
Trash
Vine at Fairmont
Vine E/ Fairmont (north side)
Trash
Ham at Tokay
Ham S/ Tokay (west side)
Trash
Ham at Tokay
Ham S/ Tokay (east side)
Trash
Elm at Ham
Elm W/ Ham (north side)
Trash
Elm at Ham
Elm W/ Ham (south side)
Trash
Additional Locations with
Trash Cans (no shelters)
Location
Description
Trash Can
Church at Locust
Church N/Locust (east side)
Trash
Kettleman at Ham
Kettleman W/Ham (north side)
Trash
Lower Sacramento at Vine
Lower Sacramento N/Vine (east side)
Trash
Hutchins at Century
Hutchins N/ Century (east side)
Trash
Lodi at School
Lodi W/ School (south side)
Trash
Hutchins at Pine
Hutchins N/ Pine (east side)
Trash /recycling
Hutchins
Hutchins S/Kettleman (east side)
Trash /recycling
Central
Central N/ Hilborn (west side)
Trash /recycling
Pixley Parkway
Pixley Pkwy S/ Auto Center (west side)
Trash /recycling
Cherokee at Elm
Cherokee S/Elm (east side)
Trash /recycling
Exhibit B
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement 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 Agreement, 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:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury — Per Person;
$1,000,000 Bodily Injury — Per Accident;
$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Addiflonal Na ed Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such 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 insureds.
(b) Primary and Non-Contn
'butory lnsurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the project that it is insuring.
Page 1 i of 2 pages I Risk: rev.03.2014
Insurance Re uirements for Contractor (continued)
(c) Limits of Coveraqe
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Severability of Interest Clause
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.
(e) Notice of Cancellation or Change in Coverage Er dorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (15) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.03.2014
Landscape Maintenance Contract
City of Lodi
Hutchins Street Square
This contract agreement is made and entered into, this 15` day of July, 2015 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, 2015,
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.
This contract can be extended annually if mutually agreeable by both the Customer and Contractor.
The Contractor's Responsibilities
1. The Contractor will provide the staff to make up one (1) crew of up to 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 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. Weed whack all areas including utility boxes, sprinklers heads etc.
b. Blow and clean up all areas worked by contractor.
C. Weed and trim all shrubs, trees and plant life in flowerbeds.
10. Public Liability and Property Damage Insurance The Contractor shall take out and maintain
during the life of this contract such Public Liability and 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, as shown on Exhibit A.
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 $50.37 per hour multiplied
by the total number of hours worked for that month. Effective January 1, 2016 the hourly rate
per hour of service will increase to $55.92.
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.
Landscape Maintenance Cost Protection
FY 2015-2016
July
August
Set
Oct
Nov
Dec
Hrs. Serviced
37.5
36
32
36
16
16
Cost Per Hr,
1$50.37
1 $50.37
1 $50.37
$50.37
1 $50.37
1 $50.37
Cost Per Month
1 $1,888.87 1
$1,813,32 1
$1,611.84
$1,813.32
1 $805.92
1 $805.92
Jan
Feb
March
Aril
May
June
Total
24
20
32
36
36
32
353.5
$55.92
$55-92
$55.92
$55.92
$55.92
1 $55.92
$1,342,08
$1,118.40
$1,789.44
1 $2,013.12
$2,013.12 1
$1,789.44
1 $18,804.79
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties and The
City of Lodi, Hutchins Street Square agree to all the stipulations in this agreement and its
attachments:
Signature of Contractor Representative
CITY OF LODI
STEPHEN SCHWABAUER, City Manager
ATTEST:
JENNIFER M. FERRAIOLO, City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
Date
Date
Exhibit A
gtiF0
Insurance Re uirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement 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 Agreement, 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:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury — Per Person;
$1,000,000 Bodily Injury — Per Accident,-
$1,000,000
ccident;$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such 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 insureds.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therp olect that it is insuring.
Page 1 1 of 2 pages I Risk: rev.03.2014
Insurance Requirements for Contractor (continued)
(c) Limits of Covera-ge
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Severability of Interest Clause
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.
(e) Notice of Cancellation or Chane in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (15) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Com ensat€on Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages f Risk: rev.03.2014
RESOLUTION NO. 2015-65
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE THE CONTRACTS FOR
FISCAL YEAR 2015/16 FOR DOWNTOWN CLEANING, TRANSIT
FACILITY CLEANING, AND HUTCHINS STREET SQUARE
LANDSCAPE MAINTENANCE
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; and the Hutchins Street
Square service includes weekly landscape maintenance, such as weeding, shrub trimming and
debris removal; and
WHEREAS, the UCP program provides meaningful work for the disabled, and includes
transportation and direct supervision for the crew. Effective July 1, 2015, the contract rates will be
$51.52 per hour for Downtown cleaning; $52.51 for Transit Facility cleaning; and $50.37 for Hutchins
Street Square landscape maintenance. 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; and
WHEREAS, effective January 1, 2016, the State minimum wage will increase the contract
rates to $57.07 per hour for Downtown cleaning; $57.20 for Transit Facility cleaning; and $55.92 for
Hutchins Street Square landscape maintenance; and
WHEREAS, pursuant to Lodi Municipal Code Section 3.20.070 Bidding, the bidding process
may be dispensed with when the City Council determines that the purchase or method of purchase
is in the best interests of the City. Staff has recommended waiving the method of receiving
competitive bids since it is advantageous for the City to receive this service at a very competitive
price.
NOW, THEREFORE, BE IT RESOLVED, that the Lodi City Council does hereby authorize
the City Manager to execute the contracts for Fiscal Year 2015/16 with United Cerebral Palsy of
San Joaquin, Amador, and Calaveras Counties, of Stockton, California, for Downtown cleaning in
the amount of $54,523; Transit Facility cleaning in the amount of $45,384; and Hutchins Street
Square landscape maintenance in the amount of $18,805.
Dated: June 3, 2015
I hereby certify that Resolution No. 2015-65 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held June 3, 2015, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN
COUNCIL MEMBERS — Kuehne, Mounce, Nakanishi, and Mayor Johnson
COUNCIL MEMBERS — None
COUNCIL MEMBERS — Chandler
COUNCIL MEMBERS — None
2015-65
J NIFER FERRAIOLO
City Clerk