HomeMy WebLinkAboutAgenda Report - April 18, 2018 C-09TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Contractor Compliance and Monitoring, Inc., of San Mateo, for
Labor Compliance Services for White Slough Water Pollution Control Facility
Storage Expansion and Surface, Agricultural, and Groundwater Supply
Improvements Project ($30,000)
MEETING DATE: April 18, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Contractor Compliance and Monitoring,
Inc., of San Mateo, for labor compliance services for White
Slough Water Pollution Control Facility Storage Expansion and Surface, Agricultural, and Groundwater
Supply Improvements Project, in the amount of $30,000.
BACKGROUND INFORMATION: The White Slough Water Pollution Control Facility Storage
Expansion and Surface, Agricultural, and Groundwater Supply
Improvements Project is partially funded by Proposition 84 grant
funds. In order to use these funds, agencies are required to have a Labor Compliance Program (LCP)
approved by California Department of Industrial Relations (DIR). The requirements associated with the
LCP are different from those that are currently monitored by Michael Baker International, Inc., the
contractor currently providing labor compliance services for Federally funded projects in the Public Works
Department.
Public Works staff retained the services of Contractor Compliance and Monitoring, Inc. (CCMI) to prepare
an LCP for the City to submit to DIR. CCMI has extensive experience in submitting and monitoring LCPs
for agencies receiving Proposition 84 funds. The City received DIR approval of the LCP on October 24,
2017. Because of their specific experience working with LCP monitoring and compliance requirements,
Staff recommends retaining the services of CCMI to provide labor compliance services throughout the
length of the White Slough Water Pollution Control Facility Storage Expansion and Surface, Agricultural,
and Groundwater Supply Improvements Project
Staff recommends authorizing City Manager to execute Professional Services Agreement with Contractor
Compliance and Monitoring, Inc., of San Mateo, for labor compliance services for White Slough Water
Pollution Control Facility Storage Expansion and Surface, Agricultural, and Groundwater Supply
Improvements Project, in the amount of $30,000.
FISCAL IMPACT:
The tasks included in the agreement will ensure that labor compliance
requirements specific to the Proposition 84 grant are met. Not doing so
could jeopardize project funding. This project does not impact the General
Fund.
APPROVED16:00r
ea • auer City Manager
K:\WP\PROJECTS\0 Labor Compliance Services\Labor Compliance Program_Prop 84C M
Compliance for WSWPCFEP.doc
Compliance Program_Prop 84 Grant\CC CCMI Labor
4/9/2018
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Contractor Compliance and Monitoring, Inc., of San Mateo, for Labor
Compliance Services for White Slough Water Pollution Control Facility Storage Expansion and Surface, Agricultural, and Groundwater Supply Improvements Project
($30,000)
April 18, 2018
Page 2
FUNDING AVAILABLE: PWWS-0OO7.MiscS&S - $30,000
(24F
An rew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimle , Jr.
Public Works Director
CES/JMT/tdb
Attachment
K:\WP\PROJECTS\0. Labor Compliance Services\Labor Compliance Program_Prop 84\CCMI Labor Compliance Program_Prop 84 Grant\CC CCM! Labor
Compliance for WSWPCFEP.doc 4/9/2018
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2018, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and CONTRACTOR
COMPLIANCE AND MONITORING, INC., a California corporation (hereinafter
"CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for labor
compliance services for White Slough Water Pollution Control Facility Storage
Expansion and Surface, Agricultural, and Groundwater Supply Improvements Project
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on May 1, 2018 and terminates upon
the completion of the Scope of Services or on April 30, 2019, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional one
(1) one (1) -year extension; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
2
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed two (2) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
3
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Julia Tyack
To CONTRACTOR: Contractor Compliance and Monitoring, Inc.
635 Mariners Island Blvd. #200
San Mateo, CA 94404
Attn: Yvonne Nickles
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
5
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
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 performing any work
hereunder.
6
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: CONTRACTOR COMPLIANCE AND
JANICE D. MAGDICH, City Attorney MONITORING, INC, a California Corporation
By: By:
Name:
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: PWWS-0007.MiscS&S
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2018\CCMI WSWPCF PSA.doc
CA:Rev.01.2015
8
Exhibit NB
Scope of Work
As CCMI has worked on hundreds of projects in the last 5 years, we are listing a sampling of
contractors and public works districts for which we have performed work. The typical scope of work
performed for each of these entities and project includes: Contract review, pre -construction conference,
monthly interview of workers, monthly audit of prevailing wages, apprenticeship and training
requirements (DAS-140, DAS-142, CAC 2), communication with the Agency/Client and contractors on
a monthly basis, enforcement of deficiencies, review of all restitution and project closeout (Request for
Forfeitures, Notice to Withhold, resolution of outstanding violations, etc.). The typical Scope of Work
we provide to our clients who have only California Prevailing wage requirements are as follows:
1. Provide LCP compliance under the requirements of the California Labor Code.
2. Assist Agency with completion of PWC -100 form. *
3. Conduct a Preconstruction Conference in person, via webinar or via conference call and
provide training and information on LCP requirements including providing handout materials
for all contractors and subcontractors.
4. Provide a phone line and e-mail contact where contractors and subcontractors can contact
CCMI for clarification on prevailing wage, certified payrolls, apprenticeship and compliance
issues.
5. License check and confirmation with California Contractor's State License Board of current
and active license status, as well as worker's compensation coverage of all contractors and all
listed subcontractors. Confirmation that contractors are all registered as "public works
contractors". *
6. Monthly audit of certified payrolls forms. This includes obtaining the applicable prevailing
wage determinations for each project. Auditing the payrolls includes: checking proper trade
classifications, checking for overtime, weekend, holiday or shift work, checking for **
increases, reviewing fringe benefit contribution and verifying that amortization is correct
(when used) and confirmation that training contributions made. When appropriate, travel and
subsistence is also reviewed.
7. Timely review of labor compliance documents to allow CCMI to proactively identify areas of
concern and possible violation and work with those contractors who may need a little extra
clarification or training.
8. Certified Payrolls are generally delivered by the Contractor to CCMI for review. However,
CCMI is thoroughly familiar with and willing to use any electronic payroll submission system
designated by the Client (i.e. Elations, LCPtracker, etc.).
9. Monitoring of all Apprenticeship Requirements. Collection and review of all DAS-140 and
DAS-142 forms. Confirmation that all apprentices are properly enrolled in a DAS approved
program. Review of applicable apprenticeship ratios employed, correct wages paid, training
contributions (CAC2 forms).
10. Monthly job site inspections and interview of workers. CCMI will use every effort to see that
a cross section of contractors/subcontractors and trades are interviewed over the course of the
project. Those interviews are then cross referenced with the applicable certified payroll.
11. Additional detailed audit of contractors through review of cancelled checks, time cards, and
related records (as needed).
12. Monthly report to the Client regarding compliance of contractors and subcontractors audited.
To the extent that a contractor is either not in compliance and/or additional paperwork is
needed for review, the Client and the general contractor are contacted by CCMI.
CCMI's goal is not to stop or slow down any construction project and it is not our intent to
withhold contractor's funds without justification. We pride ourselves in our fast turnaround
time in notifying contractors by phone, e-mail or fax of potential problems and working quickly
to resolve these issues.
13. Communication of potential violations to the Client with recommended action. In the event
that potential paperwork or compliance issues with a contractor cannot be resolved quickly,
the Client will be notified of this potential problem and a recommendation will be made to the
Client to retain a certain portion of the scheduled progress payment until the issue is resolved.
14. Communications with Contractors. CCMI will work with all contractors and subcontractors
with the goal of amicable agreement on resolving issues related to violations, penalties and
compliance. All meeting and calls with contractors will be documented in the project folder
maintained by CCMI.
15. Third Party Requests for documents. A project with a high profile oftentimes draws the
attention of certain local watchdog groups who frequently request copies of certified payrolls
and related "Public Documents". CCMI will provide the appropriate redacted copies
(employees names, addresses and social security numbers are not given to the general public)
of certified payroll and related LCP documentation to any third party who makes an
appropriate request.
16. Final close of project including imposition of penalties and reports to Labor Commissioner;
issuing of Request for Forfeitures/Notices to Withhold and other close out documentation.
17. File Annual reports with DIR as needed (Prop 84 projects only)
* are items mandated by SB 854
Projects with federal funding require additional Davis Bacon compliance steps.
Qualifications of Personnel
CCMI's employment of individuals with construction and prevailing wage experience is key to
establishing good working relationships with the public entity and the various contractors. We are not
merely a "consulting" firm, but rather a team of individuals who understand the needs of our Clients and
contractors to "get the project done".
a. Yvonne Nickles, Manager:
Yvonne has been with CCMI since 2005. Her understanding of prevailing wage and
public works contracting is extensive. Yvonne previously worked with the City of
Dublin's Public Works department. She has worked with numerous agencies on bond
funded projects and those with mixed funding where state bond funding and federal
funding have created an overlap of prevailing wage compliance requirements. She has
been the manager on numerous Caltrans related projects involving street, roads and
highway. She was the manager in charge of our labor compliance efforts on the
California Valley Solar Ranch
b. Virginia Prevost- Analyst: Virginia has experience working for general contractors in the
field of California and Federal prevailing wage projects. She has a good rapport with
contractors and is able to communicate concisely and effectively.
a. Dave Valderama: Dave performs CCMI's jobsite interviews. Dave is a licensed
contractor and has an understanding of prevailing wage and various scopes of work
performed by contractors. Dave is fluent in Spanish.
CCMI prefers to permanently assign its staff to work with specific client so that both the Client and
CCMI establish a relationship of trust and accountability. CCMI has over a dozen employees and
has the capacity to add staff as needed. Deborah Wilder always remains available for additional
consultation, complex issues or Administrative hearing matters.
B. Price Proposal
LCP monitoring of existing project: LCP monitoring for the White Slough Water Pollution
Control Facility Expansion Pond project with a construction cost of $6 million will be billed at an
all-inclusive flat fee price of $30,000.00. The price includes all items stated it the Scope of Work. The
fee does not include CCMI representing the Client at any administrative audit or hearing conducted
by the DIR or DOL or similar agency. If the project exceeds the anticipated construction length of 12
months, additional compensation may be requested by CCMI. CCMI will also assist the client with its
Annual Report to the DIR for 2018 and 2019. Any future Annual Reports will be billed separately at
a cost of $300
Projects which exceed the original completion date by 30 days will be subject to the additional fee or
involve increased change orders will be subject to an additional fee of $2500 per month
CCMI does not perform legal work. Any legal work can be performed by Deborah Wilder though
her Law Firm and at the rate of $400 per hour.
NOT TO EXCEED $30,000
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been
awarded a contract you will receive an email from the City's online insurance program requesting you to
forward the email to your insurance provider(s). Please see attached flyer regarding PINS Advantage.
Jnsurance Reauirements 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. In the event Contractor's insurance cannot fully cover any hired subconsultants,
the terms of insurance herein shall be requirements for the subconsultant. 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.
3. PROFESSIONAL LIABILITY / ERRORS AND OMISSIONS
$1,000,000 Each Claim/Aggregate
When project specific insurance is required, 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:
Jnsurance Reauirements for Contractor (continued)
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides commercial
general 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 commercial general liability and automobile liability 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.
Page 1 of 2 page; --I- Risk: rev.08.28.2017
(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.
(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 under the Contractors commercial general liability and
automobile liability policies.
(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 name(s)
of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) 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 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 of 2 pages Risk: rev.08.28.2017
RESOLUTION NO. 2018-68
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH CONTRACTOR COMPLIANCE AND
MONITORING, INC., OF SAN MATEO, FOR LABOR COMPLIANCE
SERVICES FOR WHITE SLOUGH WATER POLLUTION CONTROL
FACILITY STORAGE EXPANSION AND SURFACE, AGRICULTURAL,
AND GROUNDWATER SUPPLY IMPROVEMENT PROJECT
WHEREAS, the White Slough Water Pollution Control Facility Storage Expansion and
Surface, Agricultural, and Groundwater Supply Improvements Project is partially funded by
Proposition 84 grant funds requiring a Labor Compliance Program (LCP) approved by California
Department of Industrial Relations (DIR); and
WHEREAS, Public Works staff retained the services of Contractor Compliance and
Monitoring, Inc. (CCM!) to prepare the LCP for the City to submit to DIR; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Contractor Compliance and Monitoring, Inc., of San Mateo, for labor
compliance services for White Slough Water Pollution Control Facility Storage Expansion and
Surface, Agricultural, and Groundwater Supply Improvements Project, in the amount of $30,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Contractor Compliance and Monitoring, Inc., of San Mateo, California, for labor compliance
services for White Slough Water Pollution Control Facility Storage Expansion and Surface,
Agricultural, and Groundwater Supply Improvements Project, in the amount of $30,000.
Dated: April 18, 2018
I hereby certify that Resolution No. 2018-68 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 18, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — Mounce
ABSENT: COUNCIL MEMBERS — Kuehne
ABSTAIN: COUNCIL MEMBERS — None
)y\ ?ge.,,,,,,
NIFER M? FERRAIOLO
City Clerk
2018-68