HomeMy WebLinkAboutAgenda Report - June 16, 2021 C-11AGENDA ITEM C.- ' IT
(D CITY OF LODI
COUNCIL COMMUNICA'T'ION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with
United Site Services, Inc. of California for the Delivery, Removal and Weekly Service of Portable
Restrooms at Various City Parks ($43,052)
MEETING DATE: June 16, 2021
PREPARED BY: Parks, Recreation and Cultural Services Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute Professional Services
Agreement with United Site Services, Inc. of California for the delivery, removal
and weekly services of portable restrooms at various City parks in the arnount of
$43,052
BACKGROUND INFORMATION: Various parks throughout Lodi host youth and adult athletic programs including
city -run league play and the Booster of BoyslGirls Sports (BOBS) practices and
games. The Lodi Lake Nature Area welcomes hundreds of visitors each week.
Some of the parks used for city programming, BOBS programs and general
public use, do not have permanent restrooms.
Parks, Recreation and Cultural Services (PRCS) is beginning its heavy sports season and will need to rent and maintain
pork -a -pots and wash stations used for personal hygiene and convenience.
The City solicited bids from three vendors including United Site Services, Inc., A&A Portables and Honeybucket. One
response was received from United Site Services of California, Inc. United Site Services, Inc. has provided the City its
port -a -pots since 201 S. The bid includes the delivery, set-up and removal as well as weekly service of ADA restrooms,
standard restrooms, and sink and wash stations for up to twelve months at Lodi Lake Nature Area, DeBenedetti Park and
Vlnewood Park.
The cost per year includes a b% step increase for each year under contract; FY22-$13,656, FY23-$14,340, and FY24-
$15,056.
Staff recommends that the City Council authorize the City Manager to execute a Professional Services Agreement with
United Site Services, Inc. for three years in the amount $43,052 with the option to extend the terms of the agreement for
an additional two (2) one (1) -year extensions, not to exceed five (5) years,
FISCAL- IMPACT: Included in PRCS Fund 200 Operating Expenses
FUNDING AVAILABLE: 20072202.72499
Andrew Keys
Anarew Ksy� _ _
Deputy City Managedintemal Services Director
–AWALS-4—
Christina Jaromay
Parks, Recreation, and Cultural Services Director
cc: CityAttomf:y
APPROVED:
Step en bau r, City Manager
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and UNITED SITE SERVICES,
INC. (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 services to be
performed as follows; to provide labor, materials, and rental equipment, such as portable
toilet, hand wash stations, and other similar rental stations used for public hygiene and
convenience at various park facilities and for City of Lodi sponsored public events
(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 wflitten 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 JULY 1, 2021 and terminates upon
the completion of the Scope of Services or on JUNE 30, 2024, 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 two
(2) one (1) -year extensions; 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 five (5) 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 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration —Labor Code §1725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 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 3.5 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
3
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 3.6 AB 626 Public Contract Code Section 9204 — Public Works Project
Contract Dispute Resolution Procedure
Section 9204 of the California Public Contract Code (the "Code") provides a
claim resolution process for "Public Works Project" contracts, as defined, which is
hereby incorporated by this reference, and summarized in the following:
Definitions:
"Claim" means a separate demand by a contractor sent by registered mail or certified
mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or
penalties for delay assessed by the City under a contract for a Public Works Project.
(B) Payment of money or damages arising from work done by, or on behalf
of, a contractor pursuant to a contract for a Public Works Project and payment for which
is not otherwise expressly provided or to which a claimant is not otherwise entitled.
(C) Payment of an amount that is disputed by the City.
"Public Works Project" means the erection, construction, alteration, repair, or
improvement of any public structure, building, road, or other public improvement of any
kind.
Claim Resolution Process:
(1) All Claims must be properly submitted pursuant to the Code and include
reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will
conduct a reasonable review, and within a period not to exceed 45 days, will provide the
claimant a written statement identifying the disputed and undisputed portions of the
Claim. The City and contractor may, by mutual agreement, extend the time periods in
which to review and respond to a Claim. If the City fails to issue a written statement,
paragraph (3) applies.
Any payment due on a portion of the Claim deemed not in dispute by the City will
be processed and made within 60 days after the City issues its written statement.
(2) If the claimant disputes the City's response, or if the City fails to respond
to a Claim within the time prescribed in the Code, the claimant may demand in writing,
by registered mail or certified mail, return receipt requested, an informal conference to
meet and confer for settlement of the issues in dispute, which will be conducted within
30 days of receipt.
If the Claim or any portion thereof remains in dispute after the meet and confer
conference, the City will provide the claimant a written statement, within 10 business
4
days, identifying the remaining disputed and undisputed portions of the Claim. Any
payment due on an undisputed portion of the Claim will be processed and made within
60 days after the City issues its written statement. Any disputed portion of the Claim, as
identified by the contractor in writing, shall be submitted to nonbinding mediation, as set
forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a
civil action or binding arbitration, as applicable.
(3) A Claim that is not responded to within the time requirements set forth in
the Code is deemed rejected in its entirety. A Claim that is denied by reason of such
failure does not constitute an adverse finding with regard to the merits of the Claim or
the responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by the Code will bear
interest at 7 percent per annum.
(5) Subcontractors or lower tier subcontractors that lack legal standing or
privity of contract to assert a Claim directly against the City, may request in writing, on
their behalf or the behalf of a lower tier subcontractor, that the contractor present a
Claim to the City for work performed by the subcontractor or lower tier subcontractor.
The request shall be accompanied by reasonable documentation to support the Claim.
Within 45 days of receipt of such written request, the contractor shall notify the
subcontractor in writing as to whether the contractor presented the Claim to the City and,
if the original contractor did not present the Claim, provide the subcontractor with a
statement of the reasons for not having done so.
The Claim resolution procedures and timelines set forth in the Code are in
addition to any other change order, claim, and dispute resolution procedures and
requirements set forth in the City contract documents, to the extent that they are not in
conflict with the timeframes and procedures the Code.
Section 3.7 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
5
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
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.
6
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.
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 Assi ns
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: ANWAN BAKER
To CONTRACTOR: UNITED SITE SERVICES, INC.
P.O. BOX 53267
PHOENIX, AZ 85072-3267
ATTN: KRISTEN KELLIHER
Section 4.9 Cooperation of CITY
7
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 Em to ee 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
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
8
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 Reauirement
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.
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.
9
Section 4.20 Author
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
Ll 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.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
10
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER CUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
jdm
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
UNITED SITE SERVICES, INC.
Name: Sean McDowell I Title: Director of Contracts
By: Date: 05/13/2021
Name: KRISTEN KED , ,SER
Title: ER
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 20072202.72499
(Business Unit & Account No.)
Doc I D:
CA:Rev.e1.2021.elecsig
11
EXHIBIT A
Scope of Services:
Work to be performed shall be to provide labor, materials, and rental
equipment, portable toilets, hand wash stations, and other similar rental stations
used for public hygiene and convenience at various park facilities and for City of
Lodi sponsored public events.
Rental of portable toilet and hand wash station: equipment shall be, in
compliance with proposed maintenance, placed in a convenient accessible
location on level ground; holding tank will be evacuated and interior debris
removed; holding tank will be refilled with deodorizer, interior walls, toilet seat,
urinal, exterior of holding tank, paper dispenser and floor will be sprayed with
disinfectant, cleaned and dried when serviced; when ordered, hand sanitizer or
hand wash station will be replenished and restocked; toilet paper dispenser will
be restocked with two rolls; technician will inspect each unit for graffiti, minor
damage or repairs and report them to parks division staff.
EXHIBIT B - NOT TO EXCEED $43,052
United Site Services of California_,_Ine. Salesperson Contact
243 Hosmer Avenue Austin Claus
Modesto, CA 95351 Mobile:
Toll Free: 1 -800 -Toilets �' ted Office: +1 208-906-0289 x60289
r.uFax:
SITE SERVICESr Austin.Claus@unitedsiteservices.com
Quote No.: 414-2217122
Sell To: CITY OF LODI FINANCE DEPT
TRACEY ROLETTO
PO BOX 3006
LODI, CA 95241-1910
Cust. #: USS -475066
Phone: 209.269.4880
Site Service Quotation
Quote Date: 05/12/21
Ship To: LODI LAKE PARK
1101 W TURNER RD
LODI, CA 95240
Terms: Due Upon Receipt
Quote Expires: 06/11/21
Comments & Special Instructions
SERVICE AND RENTAL RATES WILL INCREASE IN STEPS EACH YEAR BY 5% FOR THE TERM OF THIS 5 YEAR
AGREEMENT
RENTAL ON ADA WHEELCHAIR ACCESSIBLE: $60 x 5% = $63 IN 2022 $63 x 5% = $66.15 IN 2023 ETC.
SERVICE ON ADA WHEELCHAIR ACCESSIBLE: $123.25 x 5% = $129.41 IN 2022 $129.41 x 5% = $135.88 IN 2023 ETC.
11tem
Unit
Quantity
From
ADA Wheelchair Accessible
EA
1
05/13/21
Weekly Service
EA
1
05/13/21
Additional Weekly Service - 2
EA
1
05/13/21
Additional Weekly Service - 3
EA
1
05/13/21
Environment/Energy/Compliance
ADA Wheelchair Accessible Subtotal:. .
. . . . . .
. . . . . .
. . . . .
Thru
Unit Price
Total Price
Indef
60.00
60.00 per billing cycle
Indef
123.25
123.25 per billing cycle
Indef
123.25
123.25 per billing cycle
Indef
123.25
123.25 per billing cycle
64.02 per billing cycle
. . ..
493.77
Subtotal: 493.77
Accepted, Date: Tax: 4.95
Remit To: United Site Services, PO Box 660475, Dallas, Tx 75266.0475 Total: 498.72
NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the
terms and conditions on the last page of this document for more information.
United Site Ser,Aces of California, Inc.
243 Hosmer Avenue
Modesto, CA 95351 v
Toll Free: 1 -800 -Toilets (Ounited
SITE SERVICES
Site Service Quotation
Quote No.: 414-2217089
Sell To: CITY OF LODI FINANCE DEPT
TRACEY ROLETTO
PO BOX 3006
LODI, CA 95241-1 91 0
Cust. #: USS -475066
Phone: 209.269.4880
Quote Date: 05/12/21
Salesy)erson Conlact
Austin Claus
Mobile:
Office: +1 208-906-0289 x60289
Fax:
Austin.Claus@unitedsiteservices.com
Quote Expires: 06/11/21
Ship To: DEBENEDETTI PARK
14226 LOWER SACRAMENTO RD
LODI, CA 95242
Terms: Due Upon Receipt
j Item Unit 4uarltity From Thru Unit Price Total Price
One Time Subtotal .. ......... ........... . ...... .... ...... ..... 114.90
2 Station Sink Subtotal: . ... ..... ... ... .............. ......... . .. . . 275.76
Subtotal: 621.89
Accepted: Date: Tax: 16.50
Remit To: United Site Services, PO Box 660475, Dallas, TX 75266.0475 Total: 638.39
NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the
terms and conditions on the last page of this document for more information.
United Site Services of California. Inc. Salesperson Contact
243 Hosmer Avenue Austin Claus
Modesto, CA 95351 Mobile:
Toll Free: 1 -800 -Toilets (Un'fad
Office: +1 208-906-0289 x60289
Fax:
Quote No.: 414-2217089
Sell To: CITY OF LODI FINANCE DEPT
TRACEY ROLETTO
PO BOX 3006
LODI, CA 95241-1910
Cust. #: USS -475066
Phone: 209.269.4880
SITE SERVICES- Austin.Claus@unitedsiteservices.com
Site Service Quotation
Quote Date: 05/12/21
Quote Expires: 06/11/21
Ship To: DEBENEDETTI PARK
14226 LOWER SACRAMENTO RD
LODI, CA 95242
Terms: Due Upon Receipt
Comments & Special Instructions
SERVICE AND RENTAL RATES WILL INCREASE IN STEPS EACH YEAR BY 5% FOR THE TERM OF THIS 5 YEAR
AGREEMENT
RENTAL ON STANDARD: $20 x 5% _ $21 IN 2022 $21 x 5% _ $22.05 IN 2023 ETC.
SERVICE ON STANDARD: $98 x 5% _ $102.90 IN 2022 $102.90 x 5% _ $108.05 IN 2023 ETC.
RENTAL ON ADA WHEELCHAIR ACCESSIBLE: $60 x 5% _ $63 IN 2022 $63 x 5% _ $66.15 IN 2023 ETC.
SERVICE ON ADA WHEELCHAIR ACCESSIBLE: $123.25 x 5% _ $129.41 IN 2022 $129.41 x 5% _ $135.88 IN 2023 ETC.
RENTAL ON 2 STATION SINK: $20 x 5% _ $21 IN 2022 $21 x 5% _ $22.05 IN 2023 ETC,
SERVICE ON 2 STATION SINK: $120 x 5% _ $126 IN 2022 $126 x 5% _ $132.30 IN 2023 ETC.
IIlfaAt Unit Quantity From -Thru
Standard Restroom EA 1 05/13/21 Indef
Weekly Service EA 1 05/13/21 Indef
Unit Price
20.00
98.00
Environment/Energy/Compliance
Standard Restroom Subtotal: . . . ... . . .. ....... . . . . . . . . . . . . . . . . . .. . . .
ADA Wheelchair Accessible EA 1 05/13/21 Indef 60.00
Weekly Service EA 1 05/13/21 Indef 123.25
Environment/Energy/Compliance
ADA Wheelchair Accessible Subtotal: . . . . . .. . . ... . . . . . . . . . . . . . , . . . . . . . . .
Total Price
20.00 per billing cycle
98.00 per billing cycle
17.58 per billing cycle
135.58
60.00 per billing cycle
123.25 per billing cycle
27.30 per billing cycle
210.55
2 Station Sink EA 1 05/13/21 Indef 20.00 20.00 per billing cycle
Weekly Service EA 1 05/13/21 Indef 120.00 120.00 per billing cycle
EnvironmenVEnergy/Compllance 20.86 per billing cycle
Per Billing Cycle Subtotal ... ... . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . 160.86
Delivery, Setup, Removal EA 1 05/13/21 05/13/21 100.00 100.00 one time
Environment/Energy/Compliance 14.90 one time
Continued..
United Site Services of California, Inc. Salesperson Contact
243 Hcsmer Avenue Austin Claus
Modesto, CA 95351Mobile:
Toll Free: 1 -800 -Toilets (Un'vIfp
Office: +1 208-906-0289 x60289
Fax:
Quote No.: 414-2217079
Sell To: CITY OF LODI FINANCE DEPT
TRACEY ROLETTO
PO BOX 3006
LODI, CA 95241-1 91 0
Cust. #: USS -475066
Phone: 209.269.4880
SITE SERVICES- Austin.Claus@unitedsiteservices.com
Site Service Quotation
Quote Date: 05/12/21
Ship To: VINEWOOD PARK
1824 W TOKAY ST
LODI, CA 95242
Terms: Due Upon Receipt
Quote Expires: 06/11/21
Comments & Special Instructions
SERVICE AND RENTAL RATES WILL INCREASE IN STEPS EACH YEAR BY 5% FOR THE TERM OF THIS 5 YEAR
AGREEMENT
RENTAL: $20 x 5% = $21 IN 2022 $21 x 5% = $22.05 IN 2023 ETC.
SERVICE: $98 x 5% = $102.90 IN 2022 $102.90 x 5% = $108.05 IN 2023 ETC.
Item
Unit
Quantity From
Thru
Unit Price
Total Price
Deluxe Restroom
EA
1 05/13/21
Indef
20.00
20.00 per billing cycle
Weekly Service
EA
1 05/13/21
Indef
98.00
98.00 per billing cycle
Environment/Energy/Compliance
17.58 per billing cycle
Per Billing Cycle Subtotal . . . . . . .
. . . . . . .
. . . . . . . . . .
. .. ... ..
. .. .
135.58
Delivery, Setup, Removal
EA
1 05/13/21
05/13/21
60.00
60.00 one time
Environment/Energy/Compliance
8.94 one time
One Time Subtotal .. . . . . . . . . . .
.. . . . .
. ... .. . . . . .
. . . . . . . .
. . . . . . .
68.94
Deluxe Restroom Subtotal: . . ... . . . .
. . . . ..
. . . . . . . . . . .
. . . . . . . .
. . . . . .
204.52
Subtotal: 204.52
Accepted: _ Date: _._. Tax: 6.60
Remit To: United Site Services, PO Box 660475, Dallas, TX 75266.0475 Total: 211.12
NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the
terms and condltions on the last page of this document for more information.
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 providerl's) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
Not construction or re Luirinq Professional liability)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives. employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1, Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non-Contributo Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITX QF LODI must be shown along with (a) and (b) and (c) 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.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Canceflation 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.
Page 1 I of 2 pages I Risk: rev. 3/1/2018
(fj 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 shaft immediately notify the
City and immediately obtain replacement insurance. 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.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in Califomia. 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.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the appiicable policy language effecting coverage required by this clause. Ali certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Setf-Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractors officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Qualified Insurers]
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.
Page 2 1 of 2 pages I Risk: rev. 3/1/2018
N
LO
C
M
It
6F}
� J
H
0 IO
::) COL
A CO �Z
V
Y
Q
LJJ
TI-
N
O
N
N
a)
c
D
W
D
H
Q
Z
0
,
VJ
LU
U)
+' O Z
O
�
> O L LI
L Nm
L NM
L Nm
L N C2
c (0 (0 l0
N
C (0 (0 (0
2 0- Z
c @ Co Co
M
O N N N
O N N N
O N N N
O N N N
J+
cu
E } } }
E } } }
E } } }
E } } }
E } } }
LU
U)
CD
p
a
+�+-0
n
cu a) a
��y
V
p :_V (n
CL
LU
oQ� m
r w r0
I'- NNo7
m N u1
0N0)N
((7 M(nm
u1 (O N�
Q Z
co NmO
pp MN P2
m C
00N V m
(nm m
(O f� l�
U
M 17(0(0
�NNN
���
��NN
LO
CO W
J_
C O
CO
N V3 Vv (A
M fA 6A fA
fA (H fA
M fA f9 fA
a? o
EH
V)
EH
c 00
69
�Q�
?-
Z Z w,
CO
LUZ
O
Q
Z
Q
A
'^
O
m
c
Co n
Z�
(coo
r
0-
m
Y
a)
m
V/
a) 3
CO
W
N J
LU
"m0
N 'n
NC
D
N
NCD
O
'O J
m
U N
fD
�>,
.� C
C
O
D
m
U
C
-0 m
m
w �
o
LO
7?
U Y
7 m
(> >,
N
�0 3
-0 D
N
3
m
N
LO
C
M
It
6F}
� J
H
0 IO
::) COL
A CO �Z
V
Y
Q
LJJ
TI-
N
O
N
N
a)
c
D
W
D
H
Q
Z
0
,
VJ
L-N(h
L Nm
L NM
L Nm
L N C2
c (0 (0 l0
C IO lD f0
C (0 (0 (0
c f0 (0 (0
c @ Co Co
O N N N
O N N N
O N N N
O N N N
O N N N
E } } }
E } } }
E } } }
E } } }
E } } }
a
a
n
n
CL
r w r0
I'- NNo7
m N u1
0N0)N
((7 M(nm
u1 (O N�
00 c V m
u1 mr-0
(O r
co NmO
pp MN P2
m C
00N V m
(nm m
(O f� l�
M 17(0(0
�NNN
���
��NN
LO
� V -J V3 fA
N V3 Vv (A
M fA 6A fA
fA (H fA
M fA f9 fA
EH
V)
EH
_�
EH
69
m
c
Co n
Z�
(coo
Z0
m
Y
a)
m
a �
cu
a) 3
N J
NCD
"m0
N 'n
NC
N
NCD
O
'O J
m
U N
fD
�>,
.� C
7 >+
m
U
C
-0 m
m
C
o
LO
7?
U Y
7 m
(> >,
N
�0 3
-0 D
N
3
m
C N
0 3
C Y
0 O
N
U�
7
U m
U 2
CO
N
N
a
mm
0
a)3
c
a`o
c
Y
c
ao
a
7
c
7
U�
,U
I a)
2 N
I V
.Z
C
m
CL "
a c
:°
:°
I
>,
I Cl) (n
O
I m
C
N O
a(D
C
N y
m
r,mY
mC UZ C
m (y
L
E
I CO
U1
E m LN
NO
0 0
O
0>p
0ON
E ->
Om N
E
m L
inEE
C
fOZ
N N L
rnEE
N
L
o
N
o> 3
O
o c
c
(Lig N c
X
o N
m
N
(/1
E
En O
E-0
v°
c
n2
m O
3> E
c
v a2
�
m
O
e
Q m
Q a�
c
0 0
c 7 Y
N
a
�c�
Oc.c
maim
��.�
maim
(n
o
Q m m
Q m c
U) M O
(n C
In M O_
♦
Cl)
U
ca
co
co
m
m
W
W
W
W
W
N
LO
C
M
It
6F}
� J
H
0 IO
::) COL
A CO �Z
V
Y
Q
LJJ
TI-
N
O
N
N
a)
c
D
W
D
H
Q
Z
0
,
VJ
RESOLUTION NO. 2021-171
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT
WITH UNITED SITE SERVICES OF CALIFORNIA, INC., OF MODESTO, FOR
THE DELIVERY, REMOVAL, AND WEEKLY SERVICE OF PORTABLE
RESTROOMS AT VARIOUS CITY PARKS
WHEREAS, several parks throughout Lodi host youth and adult athletic programs,
including City -run league play and the Boosters of Boys/Girls Sports (BOBS) practices and
games. The Lodi Lake Nature Area welcomes hundreds of visitors each week; and
WHEREAS, Parks, Recreation and Cultural Services is beginning its heavy sports
season and will need to rent and maintain portable restrooms and wash stations used for
personal hygiene and convenience; and
WHEREAS, staff recommends that City Council authorize the City Manager to execute a
Professional Services Agreement with United Site Services of California, Inc., for the delivery,
removal and weekly service of portable restrooms at various City parks, in the amount of
$43,052.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with United Site
Services of California, Inc., of Modesto, California, for the delivery, removal, and weekly service
of portable restrooms at various City parks, in the amount of $43,052, for the term of three
years, with the option for two one-year extensions; and
BE IT FURTHER RESOLVED pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: June 16, 2021
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2021-171 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 16, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, and Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
',JENNIFER USMIR
City Clerk
2021-171