Loading...
HomeMy WebLinkAboutAgenda Report - December 1, 2021 C-10AGENDA ITEM &IQ% CITY OF LODI NV COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Transformer Technologies, LLC of Salem, OR for Hazardous Electrical Waste Disposal Services ($100,000) MEETING DATE: December 1, 2021 C40/0 PREPARED BY: Electric Utility Director RECOMMENDED ACTIONS Adopt a resolution authorizing the City Manager to execute a Professional Services Agreement with Transformer Technologies, LLC of Salem, OR for hazardous electrical waste disposal services in an amount not -to -exceed $100,000. BACKGROUND INFORMATION: In September 2020, Lodi Electric Utility (LEU) entered into an agreement with Transformer Technologies, LLC for the disposal of electrical hazardous waste. The current agreement, set to expire December 31, 2021, provides a turn -key solution of sampling, testing and disposal services to help ensure LEU maintains compliance with regulatory requirements pertaining to hazardous waste collection and disposal, primarily associated with various transformers. LEU also receives compensation for the recycled value of any scrapped materials. Staff are proposing a new three-year agreement through December 31, 2024. This new agreement will include all previous services in addition to providing removal and disposal services associated with multiple LEU substation transformers. In accordance with Lodi Municipal Code, Section 3.20.075, safety, environmental, or hazardous material consultant contracts are exempt from advertising and bidding requirements and shall be awarded on the basis of professional qualifications and experience, quality of service, past performance, and negotiated prices. FISCAL IMPACT: Estimated not -to -exceed cost of $100,000 over three years. FUNDING AVAILABLE: LEU Account No. 50062500.72990. Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director R1 ,Fhrh­rHAr }L, l�P1 titili PY1• Jeff Berkheimer Electric Utility Director APPROVED: Steve Schwabauer Stephen Schwabauer, 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 TRANSFORMER TECHNOLOGIES, LLC, a Washington Limited Liability Company qualified to do business in California (hereinafter "CONTRACTOR"). Section 1.2 PtIrposo 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 (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 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. 1 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 January 1, 2022 and terminates upon the completion of the Scope of Services or on December 31, 2024 whichever occurs first. 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. t� 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 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. 3 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. 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. 4 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: Electric Utility Director To CONTRACTOR: Leslie B. Joel, General Manager Transformer Technologies, LLC 4709 Turner Road SE Salem, OR 97317 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 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, 5 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. 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 L 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. 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 7 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. 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 in jdm CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager TRANSFORMER TECHNOLOGIES, LLC a Washington Limited Liability Company By: Name Title: LESLIE B. JOEL General Manager Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: 50062500.72990 (Business Unit & Account No.) I Brom lei CA:Rev.12.2020 8 Leslie B. Joel General Manager TRANSFORMER TECHNOLOGIES, LLC 4709 Turner Road SE Salem, OR 97317 Phone: 503-364-5476 Fax: 503-364-3339 Email: 11pe(@transforrnertecY1nologies,com EXHIBIT A/B SCOPE OF SERVICES Lodi Electric Utility Hazardous Waste Disposal Services Transformer Technologies, LLC shall provide all labor, material, travel, disposal, transportation, transfer, demurrage, equipment, taxes, fees and related income and/or expenses and to perform all work necessary and required to provide Hazardous Waste Disposal Services as specified herein. MATERIAL TYPE: ELECTRICAL EQUIPMENT a. DESCRIPTION: Material will consist of various types of transformers (pad mount, pole mount, substation, subsurface), non -Polychlorinated Biphenyls (PCB) capacitors, switches, breakers, etc. b, ESTIMATED USAGE Estimated usage is approximately one (1) fifty three (53') flatbed trailer generated approximately every ninety(90)days, Estimated percentage of poleversus pad mount transformers is eighty percent (80%) pole mount transformers and twenty percent (20%) pad mount transformers. Pole Mbunts rangefrom 5 KVA to 167 KVAand Pad Mounts rangefrom 25 KVAto 1500 KVA. Substation class transformers are included in this scope. c. LOCATION Pickup address will be 1331 S Ham Lane, Lodi CA 95242, 2. MATERIAL TYPE: DIELECTRIC OIL a. DESCRIPTION Non PCB contaminated oil and PCBcontaminatedoil is stored and disposed of in fifty-five (55) gallon drums. b, ESTIMATED USAGE Estimated usage is approximately fifteen (15) drums, yearly. c. LOCATION Pickup address will be 1331 S Ham Lane, Lodi CA 95242. RATES 1. MATERIAL TYPE: ELECTRICALEQUIPMENT PRICE Unit costs shall be shown as a net cost and shall include all labor, material, travel, disposal, transportation, transfer, demurrage, equipment, taxes, fees and related income and/or expenses to transport and dispose/recycle materials. Material Unit Cost UOM Refunded or Charged? 1. Transformers $0.20 $0.10 $325.00 $675.00 NONE NONE a. Transformers Drained/Full Lessthanfive(5) PPM/PCB .85 Refunded b. Transformers Drained/Full 5 to 49 PPM/PCB. $0.70 KVA Refunded c. Transformers Drained 50 to 499 PPM/PCB $1.50 LBS Charged d. Transformers Drained Greaterthan 500 PPM/PCB $1.90 LBS Charged 2. Non -PCB Capacitors $1.00 LBS Charged 3. Potential & Current Transformers $0.75 LBS Charged 4. Switches, Breakers, Bushings, Etc. $0.35 LBS Charged 5. Transportation (if any) 6. Annual Escalation Percentage (if any) NONE LOAD Included NONE PERCENT N/A 2, MATERIAL TYPE: UNIVERSAL AND MISCELLANEOUS WASTE PRICE Unit costs shall be shown as a net cost and shall include all labor, material, travel, disposal, transportation, transfer, demurrage, equipment, taxes, fees and related income and/or expenses to transport and dispose/recycle materials. Material 1. Dielectric Oil / Mineral Oil a. Mineral Oil Less than 2 PPM/PCB. b. Mineral Oil 2 to 49 PPM/PCB. c. Mineral Oil 50 to 499 PPM/PCB. d. Mineral Oil Greater than 500 PPM/PCB 2. Transportation (if any) 3. Annual escalation percentage, if any: 3. OIL TESTING Unit Cost UOM Refunded or Charged? Refunded Refunded Charged Charged Included N/A Refunded GAL _ GAL _ DRUM DRUM LOAD $0.20 $0.10 $325.00 $675.00 NONE NONE PERCENT Unit costs shall be shown as a net cost and shall include all labor, material, travel, disposal, transportation, transfer, demurrage, equipment, taxes, fees and related income and/or expenses to transport and disposetrecycle materials. or Unit Refunded Material Cost UOM Charged? 1. Dielectric Oil / Mineral Oil Testing per Transformer or Drum of Oil $35 Each Charqed 4. SUBSTATION PROJECTS Thurman and Killelea Substations Based on a previous site visit, revised pricing for removal of the Transformer and GCB's from these two substations is: $15,500 CHARGE for the equipment Removal $2,750 CHARGE for the Bushings, if all test Under 50 PPM of PCB $7,500 CHARGE for the Bushings, if all test Over 50 PPM of PCB TotalNot -to -Exceed ............... ........ ................................................................. ........... $100,000 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 small from the City's online Insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically nsurance Re ulremenls forEn tr mmnnlaI Cnntnrts 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 $3,000,000 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 $2,000,000 per accident for bodily injury and property damage. 3 Workers' Compensation: as required by the Stale 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. 4, Pollution Liability; $2,000,000 each occurrence. I�Lhei' fnpucancr PraylslvnR: (a) &ddi 10 a� h(�rnd_rr(sur�d Stains The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds an 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 Contractors 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;,EW CG 20 37 if a later edition is used (b) Prim-arLa0d Non -Contributor ns�raace nilsemenI 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 ofsubrogalion, 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 CITY OF LODI must be shown along with (a) and (b) and (c) above; 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must slate, on its face or as an endorsement, a description of the onciect that it is insuring (d) Severability of Inlerest Claus . 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) NOhce of Cancell ition or Grange n t:overa sement 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 11 of 2 pages I Risk: rev. 3/1/2010 (f) Canbnvdv of I.ova rorrr All pollcles shell be In effect on or before the first day of the Terrn of this Agreement Al leas) thirty (30) days prior to the expirellon of each Insurance policy, Conlraolor shall furnish a certificale(s) showing that a new or extended policy hes been obtained which meals the minimum requirements of this Agreement Contractorshall provide proof of continuing Insurance on at least an annual basis during the Term. It Conlraclar's insurance lapses or Is discontinued for any reason. Contrar'lor shall Immediately notify the Clly and immediately obtain replacement Insurance. Contractor agrees and stipulates that any Insurance coverage provided to the City of Lod) shall provide for a claims period following larminalion of coverage which is at least consistent with the claims period or stalutcs of Ilmitationa found In the California Tod Claims Act (California Govemmenl Code Section 810 et seq ) (9) Ca L1u—rP..Ln11nni%Y, If Contractor falls or refuses to oblaln and malritaln the required Insurance, or falls to provide proof of coverage, the City may obtain Iho Innu ranee. r:ontreclor shall reimburse the City for premiums paid, with Interest on the premium paid by the City at the maximum allowable lugal rale then In effect In California, The City shall notify Contractor of such payment of premiums within thirty (30) days of payment slating the amnunl paid, the names) of the Insurer(s), and rale of Interest. Contractor shall pay such ralmbursement and Interest on the first (cal) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, If Contractor fails or refuses to oblaln or maintain Insurance as required by this agreement, or falls to provide proof of Insurance, the City may terminate this Agreement upon such breach. Upon such lemlnatlon, Contractor shell Immediately cease use of the Site or (aelllt)es and commence and diligently pursue the ramoval of any and all of tts personal property (ram the site or facillHes, (It) Y9 e.k L -O I 19 n.a I Sri rn g Consultant shall furnish the City wllh a copy or the policy declaration and endorsement pags(s), original certificates and amendatory endorsoments or copies of the applicable policy language of(eeling ooverago required by this clause. All certificates and endorsements are to be reeotved and approved by the Clly before work commences. Hewevor, failure to obtain the required dncumerlls prior to the work beglnning shell not waive the Consulinni's obligation to provide them. The City reserves the right to require complete, eeilified copies of all required Insurance policies, Including endorsements required by these apeclficallons, at any time. Failure to exercise this right shall not constltuto a walvar of the City's right to exercise aftor the effective date. (I) $olf�Yr�yred RvlpnU_one Sall -Insured retenlbna must be declared to and approved by the City The Cllymay require the CaneUflanl to provide proof ni 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. U) Insuranre Llai/IS The Ilmits of insuranFe described herein shall not limit the liability at the Contractor and Contractor's clrlcers, employees, agents, represontdlives or aubconlreclors Conlraelor's obligation to defend, Indemnify and hold the City and Its oflicars, oFllclals, employees, agents and volunlenra harmless under the provisions of this paragraph Is not limited In or reslrlced by any requirement In the Agreement for Contraclor to procure and malnteln a polioy of Inaursnce. (k) 21bcon.)Ldular6 Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements slated herein, and Consultant shall ensure that (;fly Is an additional insured on Insurance required from subcontractors (1) tr sr �7su or p� All Insurance required by the lerms or this Agreemenl must he provided by Insurers licensed to do business In the State of California which ere rated al least "A-, VI' by the AM Beat Ralings Guide, and which ato acceptable to the City. Non-edmllled surplus lines carriers may be accepted provided they are, Included on the most recent list of Callfornia eligible surplus lines Insurers (LESLI list) and otherwise meet Clly requirements. Signature: Janice .gdich (Nov 16,202116:43 PST) Email: jmagdich@lodi.gov Page 2 1 of 2 pages 1 Risk: rev 311/2018 RESOLUTION NO. 2021-320 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH TRANSFORMER TECHNOLOGIES, LLC, OF SALEM, OREGON, FOR HAZARDOUS ELECTRICAL WASTE DISPOSAL SERVICES WHEREAS, in September 2020, Lodi Electric Utility (LEU) entered into an agreement with Transformer Technologies, LLC, for the disposal of electrical hazardous waste; and WHEREAS, the current agreement, set to expire December 31, 2021, provides a turn -key solution of sampling, testing, and disposal services to help ensure LEU maintains compliance with regulatory requirements pertaining to hazardous waste collection and disposal, primarily associated with various transformers; and WHEREAS, LEU also receives compensation for the recycled value of any scrapped materials; and WHEREAS, staff are proposing a new three-year agreement through December 31, 2024; 'ie WHEREAS, this new agreement will include all previous services, in addition to providing removal and disposal services associated with multiple LEU substation transformers; and WHEREAS, in accordance with Lodi Municipal Code, Section 3.20.075, safety, environmental, or hazardous material consultant contracts are exempt from advertising and bidding requirements and shall be awarded on the basis of professional qualifications and experience, quality of service, past performance, and negotiated prices. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby authorizes the City Manager to execute a Professional Services Agreement with Transformer Technologies, LLC, of Salem, Oregon for hazardous electrical waste disposal services, in an amount not to exceed $100,000 over the three-year term; 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: December 1, 2021 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2021-320 was passed and adopted by the City Council of the City of Lodi in a regular meeting held on December 1, 2021 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 1F CUSMIR City Clerk 2021-320