HomeMy WebLinkAboutAgenda Report - June 21, 2017 C-07TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
c -z
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year
2017/18 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties, of Stockton, for Downtown Cleaning ($60,540), Transit Facility Cleaning
($48,778), and Hutchins Street Square Landscape Maintenance ($21,068)
MEETING DATE: June 21, 2017
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contracts for
Fiscal Year 2017/18 with United Cerebral Palsy of San Joaquin,
Amador, and Calaveras Counties, of Stockton, for downtown
cleaning in the amount of $60,540, transit facility cleaning in the amount of $48,778, and Hutchins Street
Square landscape maintenance in the amount of $21,068.
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. The downtown area, as shown in
Exhibit A, addresses street furniture, trash, litter, spills, and leaf removal; the transit facility cleaning
addresses the grounds surrounding Lodi Transit Station, the Lodi Transit Station 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 generally includes four
persons plus a supervisor. The program includes transportation and direct supervision for the crew at the
following hourly rates:
*Rates reflect the State Minimum Wage increase effective January 1, 2018.
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.
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.
APPROVED:
K:\WP\PROJECTS\MISC\UCP\2017-18\CC Contracts.doc
en
94 = uer, City Manager
6/14/17
2017
2018*
Downtown Cleaning
$59.66
$62.25
Transit Facility Cleaning
$59.40
$61.60
Hutchins Street Square Landscape
$58.52
$61.12
*Rates reflect the State Minimum Wage increase effective January 1, 2018.
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.
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.
APPROVED:
K:\WP\PROJECTS\MISC\UCP\2017-18\CC Contracts.doc
en
94 = uer, City Manager
6/14/17
Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year 2017/18 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties, of Stockton, for Downtown Cleaning ($60,540), Transit Facility Cleaning ($48,778), and Hutchins Street Square Landscape Maintenance ($21,068)
June 21, 2017
Page 2
FISCAL IMPACT:
There is no impact to the General Fund from this contract. Maintaining a
clean downtown core, transit facility, and Hutchins Street Square enhances
the appearance of Lodi. Failing to maintain, or reducing maintenance
services in these areas, may result in decreased visitation and sales tax
generation.
FUNDING AVAILABLE: Budgets for these contracts is included in Fiscal Year 2017/18 operating
budgets, as follows:
Jeff Hood
Downtown Cleaning:
Transit Facility Cleaning:
Hutchins Street Square
Landscape Maintenance:
$60,540 — Street Fund (30156003)
$48,778 — Transit Fund (60054104)
$21,068 — HSS Fund (20071402)
OL4,,�G�
Andrew Keys
Deputy City Manager/Internal Services Director
Parks, Recrtion & Cultural Services Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SEN/tdb
Attachments
cc: Transportation Manager
Building & Event Supervisor
PW Management Analyst
Charles E. Swimley, Jr.
Public Works Director
K:\WP\PROJECTS\MISC\UCP\2017-18\CC Contracts doc 6/14/17
EXHIBITA
Legend
City Dumpsters
o City Trash Cans
Cleaning Boundary
hllll111111]
[Ej
______________
MI IIS:
Locust St.
.
400
200
0
400
Feet
1a)
J�
.
ME 1111!
1 IIJIhi
Oak St.
>�1
C 'ca
immin
min
me um
i
II min
0
Pine St. •
0c
L..
..c
11111" --
1
li�
re. co
Walnut St.
•
•
Mir
MN am
11111111
MN MI
MI MN
Lodi Av.
Chestnut St.
"0.
0 0
0 0
0
J
m
1 can on each
of 3 levels
8
—A Iborn St
Document Path: \\CVCFILV02\PubWks$\WP\PROJECTS\MISC\UCP\Downtown Cleaning.mxd
Contract for "Downtown Lodi Cleaning Crew"
This contract agreement is made and entered into on July 1, 2017 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, 2017 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
1
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 Streets & Drainage
Manager. The cleaning schedule will be a rotating schedule to ensure all designated Downtown
areas receive adequate cleaning for the month. For convenience and safety UCP agrees to
begin cleaning Downtown at 7:00 a.m. — 11:00 a.m., Monday through Friday. The approximate
limits and trash can locations are shown on 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 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 B.
9. Contractor acknowledges that Lodi Municipal Code Section 3.01.020 requires Contractor to have
a City business license and Contractor agrees to secure such license and pay the appropriate
fees prior to preforming and work hereunder.
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 $59.66 for each hour associated with the "Downtown
Lodi Cleaning". Effective January 1, 2018 the hourly rate per hour of service will increase to
$62.25.
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
FY17-18
July
Aug
Sept
Oct
Nov
Dec
Jan
Feb
March
April
May
June
Total
Business
License
$51.00
Hrs.
Serviced
80
92
80
84
76
76
84
76
88
84
88
84
992
Cost Per
Hr.
$59.66
$59.66
$59.66
$59.66
$59.66
$59.66
$62.25
$62.25
$62.25
$62.25
$62.25
$62.25
Cost Per
Month
04,823 80
05,488.72
64,772 80
05,011 44
94,534 16
94,534 16
55,229 00
54,731 00
95,478 00
95,229 00
$5,478 00
95,229 00
$60,539.08
J
By binding signatures, United Cerebral Palsy of San Joaquin, Calaveras, & Amador Counties and
the City of Lodi agree to all the stipulations in this agreement and its attachments:
Signature of Contractor Representative
CITY OF LODI, a municipal corporation
Date
STEPHEN SCHWABAUER Date
City Manager
ATTEST
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM'
JANICE D. MAGDICH
City Attorney
3
Legend
City Dumpsters
• City Trash Cans
Cleaning Boundary
a)
a)
—J
Oak St.
a)
a)
J
EXHIBIT A
400
200
0
400
i•INN
Locust St.
••
• •
•
•
Elaiem St.
• • • •
City •
• •HaII • •{,
Pico
0
• ne St. • •
cpc
• • E
(o
El 0
E
1-2 • (n• •
D . _:
•
U • SP
V •• •
• •
•
cEl •tgl
Q
c
co
0,
co
a
•
•
• s onu't St.
•
•
Lodi Av
Chestnut St.
2
c
cu
2
Feet
1 can on each
of 3 levels
0
Y
0
Hilborn St.
Document Path: \\CVCFILV02\PubWks$\WP\PROJECTS\MISC\UCP\Downtown Cleaning.mxd
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 Combined Single Limit
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, that provides liability coverage at least as broad as this form.
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 a later version, that provides liability
coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability.
(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 04 13.
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.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) 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.
Page 1 1 of 2 pages Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(e) Severabilitv 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.
(0 Notice of Cancellation 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.
(g) 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.
(h) 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 any 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.
(1) 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 I of 2 pages
1
Risk: rev.03.2016
Contract for "Transit Facility Cleaning"
This contract agreement is made and entered into on July 1, 2017 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, 2017, 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 30 calendar day 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 Tots 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 Contractor's 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 shelters as
designated by the Transportation Manager. The cleaning schedule will be a rotating
schedule to ensure all designated areas receive adequate cleaning for the month. The
Contractor will be responsible for the bus stops shown in Exhibit A and additional bus
stops as requested. The Contractor will also collect garbage from bus stops shown in
Exhibit A and additional bus stops as requested.
1
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 effected. If the
Contractor damages any property due to negligence, or causes harm to persons through
negligence, the Contractor will be responsible for all liabilities including repairing or
replacing the Customer's property.
7. Notwithstanding the provisions of section 5 below under the "Customer's
Responsibilities", all crewmembers will comply with the health and safety regulations
established by the Customer while performing the contract services.
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.
9. Contractor acknowledges that Lodi Municipal Code Section 3.01.020 requires Contractor
to have a City business license and Contractor agrees to secure such license and pay
the appropriate fees prior to preforming and work hereunder.
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 $59.40 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,
2018 the hourly rate per hour of service will increase to $61.60.
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
2
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.
Transit Facility Cleaning Cost Projection
FY 17-18
July
August
Sept
Oct
Nov
Dec
Jan
Feb
Mar
Apr
May
June
Total
Hrs.
Serviced
65
74.75
65
68.25
61.75
61.75
68.25
61.75
71.5
68.25
71.5
68.25
806
Cost per
Hr.
$59.40
$59.40
$59.40
$59.40
$59.40
$59.40
$61.60
$61.60
$61.60
$61.60
$61.60
$61.60
Cost per
Month
$3,861.00
$4,440 15
$3,861 00
$4,054.05
$3,667.95
$3,667.95
84,204.20
$3,803.80
$4,404.40
$4,204.20
$4,404.40
$4,204.20
$48,777.30
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
CITY OF LODI, a municipal corporation
Date
STEPHEN SCHWABAUER Date
City Manager
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH
City Attorney
3
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
5/ Pine St (west side)
Trash /recycling
Central at Cypress
_Stockton
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 5/ 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 5/ 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)
Trash
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 EIm
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
EIm at Ham
EIm W/ Ham (north side)
Trash
Elm at Ham
EIm 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 5/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 EIm
Cherokee S/EIm (east side)
Trash /recycling
Legend
J Lodi Transit Station
Location Feature
• Trash
• Trash/Recycling
• Trash maintained by Parks/Rec
A Private Trash
8
•
® Elm St.
EXHIBIT A
• Turner Rd.
Lockeford St. • � _
•
•
CO
CQ +;
Vine'St.• 11 •
J
• v�
1• 46 16
c =
•
Z
Century Blvd.
•
1
•
S
0 0.25 0.5
Miles
• 4
0
1
• Victor
Rd.(HWY
40 • 12)
Pine Pine
OA ` St. St
IP •
• I_odI:Ave.
•
•
•
40
Kettleman Ln.
C
00
g u)
Harney Ln.
c I-'
•
•
db
Cherokee Ln.
•
•
0
c
0.
c
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:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
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, that provides liability coverage at least as broad as this form.
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 (Califomia Govemment Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a)
Addition@l Name1 Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability.
(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 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, Califomia, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the proiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) 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.
Page 7 of 2 pages _ry Risk: rev.03.2016
Insurance Reaulrements for Contractor (continued)
(e) 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.
(f) Notice of Cancellation 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.
(g) 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 fumish 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.
(h) 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 Califomia. 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 (1) day of the month following the City's notice. Notwithstanding any 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.
(i) 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 Tatter'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 t f of 2:pages R.Y_.�a._
Risk: rev.03,2016
Landscape Maintenance Contract
City of Lodi
Hutchins Street Square
This contract agreement is made and entered into on July 1, 2017 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, 2017,
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.
1
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.
11. Contractor acknowledges that Lodi Municipal Code Section 3.01.020 requires Contractor to
have a City business license and Contractor agrees to secure such license and pay the
appropriate fees prior to preforming and work hereunder.
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 $58.52 per hour multiplied
by the total number of hours worked for that month. Effective January 1, 2018 the hourly rate
per hour of service will increase to $61.12.
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.
2
Landscape Maintenance Cost Projection
FY 17-18
July
August
Sept
Oct
Nov
Dec
Jan
Feb
March
April
May
June
Total
Hrs,
Serviced
36
36
32
36
16
16
24
20
32
36
36
32
352
Cost Per
Hr
$58.52
$58.52
$58.52
$58,52
$58.52
$58.52
$61.12
$61.12
$61.12
$61.12
$61.12
$61.12
Cost Per
Month
$2,106.72
$2,106.72
$1,872.64
$2,106.72
$936.32
$936.32
$1,466 88
$1,222.40
$1,95584
$2,200.32
$2,200 32
$1,955.84
821,067.04
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
CITY OF LODI, a municipal corporation
Date
STEPHEN SCHWABAUER Date
City Manager
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM
JANICE D. MAGDICH
City Attorney
3
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:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
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, that provides liability coverage at least as broad as this form.
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 a later version, that provides liability
coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability.
(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 04 13.
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 proiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) 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.
Page 1 1 of 2 pages Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(e) 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.
(f) Notice of Cancellation 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.
(g)
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.
(h) 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 any 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.
(E) 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 I of 2 pages Risk: rev.03.2016
RESOLUTION NO. 2017-114
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE CONTRACTS FOR
FISCAL YEAR 2017/18 WITH UNITED CEREBRAL PALSY OF
SAN JOAQUIN, AMADOR, AND CALAVERAS COUNTIES, OF
STOCKTON, FOR DOWNTOWN CLEANING, TRANSIT
FACILITY CLEANING, AND HUTCHINS STREET SQUARE
LANDSCAPE MAINTENANCE
WHEREAS, staff recommends contracting with United Cerebral Palsy (UCP) of
San Joaquin, Amador, and Calaveras Counties, of Stockton, for downtown cleaning,
transit facility cleaning, and Hutchins Street Square landscape maintenance; and
WHEREAS, the downtown area addresses street furniture, trash, litter, spills, and
leaf removal; the transit facility cleaning addresses the grounds surrounding Lodi Transit
Station, the Lodi Transit Station Parking Structure, and sheltered bus stops; and work at
Hutchins Street Square includes weekly landscape maintenance, such as weeding,
shrub trimming, and debris removal; and
WHEREAS, the program includes transportation and direct supervision for the
crew at the following hourly rates:
*Rates reflect the State. Minimum Wage increase effective January 1, 2018.
WHEREAS, 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; and
WHEREAS, staff recommends authorizing the City Manager to execute contracts
for Fiscal Year 2017/18 with United Cerebral Palsy of San Joaquin, Amador, and
Calaveras Counties, of Stockton, for downtown cleaning in the amount of $60,540,
transit facility cleaning in the amount of $48,778, and Hutchins Street Square landscape
maintenance in the amount of $21,068; and
WHEREAS, staff also recommends 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
waive the method of receiving competitive bids for the work outlined above, since it is
advantageous for the City to receive this service at a very competitive price; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute contracts for Fiscal Year 2017/18 with United Cerebral
Palsy of San Joaquin, Amador, and Calaveras Counties, of Stockton, California, for
2017
2018*
Downtown Cleaning
$59.66
$62.25
Transit Facility Cleaning
$59.40
$61.60
Hutchins Street S•uare Landscape
$58.52
$61.12
*Rates reflect the State. Minimum Wage increase effective January 1, 2018.
WHEREAS, 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; and
WHEREAS, staff recommends authorizing the City Manager to execute contracts
for Fiscal Year 2017/18 with United Cerebral Palsy of San Joaquin, Amador, and
Calaveras Counties, of Stockton, for downtown cleaning in the amount of $60,540,
transit facility cleaning in the amount of $48,778, and Hutchins Street Square landscape
maintenance in the amount of $21,068; and
WHEREAS, staff also recommends 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
waive the method of receiving competitive bids for the work outlined above, since it is
advantageous for the City to receive this service at a very competitive price; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute contracts for Fiscal Year 2017/18 with United Cerebral
Palsy of San Joaquin, Amador, and Calaveras Counties, of Stockton, California, for
downtown cleaning in the amount of $60,540, transit facility cleaning in the amount of
$48,778, and Hutchins Street Square landscape maintenance in the amount of $21,068.
Dated: June 21, 2017
hereby certify that Resolution No. 2017-114 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held June 21, 2017 by the following
vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, and Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce and Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
NNIFE
City Clerk
2017-114
FERRAIOLO