HomeMy WebLinkAboutAgenda Report - January 5, 2022 C-10AGENDA ITEM 00/6)
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Rescinding Resolution No. 2021-258 and Authorizing City
Manager to Execute Professional Services Agreement with Clean Energy, of
Newport Beach, for Monthly and Preventative Maintenance and Repairs of
Compressed Natural Gas Fueling Station ($175,000)
MEETING DATE:
PREPARED BY:
January 5, 2022
Public Works Director
RECOMMENDED ACTION: Adopt resolution rescinding Resolution No. 2021-258 and
authorizing City Manager to execute Professional Services
Agreement with Clean Energy, of Newport Beach, for monthly
and preventative maintenance and repairs of compressed natural gas fueling station, in the amount of
$175,000.
BACKGROUND INFORMATION: Since 2015, the City has contracted with Clean Energy to perform
monthly inspections and maintenance on the compressed natural
gas (CNG) fueling station. The contract for the monthly
inspections and maintenance includes labor and materials needed to perform maintenance, such as
compressor oil, filters, and dryer elements. Also included in the contract is a provision for on-call
repairs.
The CNG fueling station is heavily used and is critical to operations of the City's transit vehicles and other
CNG fleet vehicles. The agreement for monthly maintenance of the CNG fueling station ensures that the
system is operating properly. The contractor performs monthly on-site inspections of the fueling station
and performs routine maintenance that may be required at the time. Any major or emergency repairs will
be charged at the quoted hourly rate, parts and materials cost, plus mark-up.
Staff solicited three CNG Maintenance Contractors and only received one written quote from Clean
Energy. Also included in the quote was an hourly rate and percent mark-up on parts and materials for
on-call repairs. On September 15, 2021, Council adopted Resolution No. 2021-258 approving
Professional Services Agreement (PSA). After Council authorization, Clean Energy requested changes
to the PSA and some of the legal language. The requested revisions are acceptable to staff and are
approved by the City Attorney. All other terms and conditions remain the same.
Parts &
Monthly Hourly Overtime Materials
Location Maintenance Rate* Rate* Markup
Clean Energy Newport Beach $2,695 $160.00 $240.00 30%
Assembletronics Dallas, Texas No Bid
Trillium Houston, Texas No Bid
'Hourly rate for repairs performed outside of the monthly maintenance scope of work.
APPROVED: Andrew Keysfor
Stephen Schwabauer, City Manager
\\Pwadc02\msc$\GROUP\ADMIN\Council\2022\01052022\Clean Energy\CC-CleanEnergy2021PSA.doc
12/20/2021
Adopt Resolution Rescinding Resolution No 2021-258 and Authorizing City Manager to Execute Professional Services Agreement with Clean Energy, of Newport
Beach, for Monthly and Preventative Maintenance and Repairs of Compressed Natural Gas Fueling Station ($125,000)
January 5, 2022
Page 2
The Professional Services Agreement, if approved, is for a two-year term, with an option for three (one)
year extensions, for a total of five years, in an amount not -to -exceed $175,000, over the entire term of the
agreement, including the optional extensions.
Staff recommends rescinding Resolution No. 2021-258 and authorizing City Manager to execute
Professional Services Agreement with Clean Energy, of Newport Beach, for monthly and preventative
maintenance and repairs of compressed natural gas fueling station, in the amount of $175,000.
FISCAL IMPACT: Routine monthly maintenance will reduce long term repair costs.
FUNDING AVAILABLE: Funding for this project is budgeted in Fiscal Year 2022/23 Fleet Services
Operating account (65055000).
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
C R Dfk - - _�)
Charles E. Swimley, P.E.
Public Works Director
Prepared by Randy Rigato Fleet Superintendent
CES/RR/tw
Attachment
Wwadc021msc$%GROUPLA0MiN%CcunbR202ZO10520220ean Energy\CC-CleanEnergy2021 PSA, doe 12/20/2021
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2022, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and CLEAN
ENERGY, 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 monthly
inspections and preventative maintenance and repairs of Compressed Natural Gas Facility
(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.
ARTICLE2
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.
If either party is prevented from or delayed in performing its duties under this
Agreement by circumstances beyond its control, whether or not foreseeable, including,
without limitation, fires, typhoons, hurricanes, severe weather, floods, volcanic eruptions,
pandemics, quarantines, war, civil disturbances, acts of terrorism, interruptions in utility
services, the cessation of providing necessary products or services to CONTRACTOR by
any supplier to CONTRACTOR, labor disputes, catastrophic equipment failures due to
extraordinary events beyond the control of CONTRACTOR, acts of God, or threats of
such circumstances, or any future laws, rules, regulations, orders, or acts of any local,
state, federal, or provincial government ("Force Majeure"), then the affected party shall be
excused from performance hereunder during the period of such disability. The party
claiming Force Majeure shall promptly notify the other party when it learns of the
existence of a Force Majeure condition and when the Force Majeure condition has
terminated. Notwithstanding anything in this Agreement to the contrary, the term "Force
Majeure" does not include, and a party shall not be excused from, any payment
obligations hereunder.
Section 2.3 Meetinas
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 October 1, 2021 and terminates upon
the completion of the Scope of Services or on September 30, 2023, 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 three
(3) 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 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.
ARTICLE3
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.
All prices are exclusive of federal, state and local sales, use taxes and fees
assessed by governmental agencies that are based, measures or determined by
reference to the selling price, gallons, or gas sold or used in connection with this
agreement. In addition, with respect to construction this includes sales tax that are
assessed based on CONTRACTOR's or its subcontractor's costs. These taxes are the
responsibility of CITY and are in addition to the price unless an applicable exemption
certificate is provided.
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 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. CITY shall pay such invoices within 30 days of receipt.
CONTRACTOR's compensation for all work under this Agreement shall not exceed the
amount of the Fee Proposal.
Section 3.4 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 3.5 (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.
(8) 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 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
privily 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 of the Code.
Section 3.6 Auditina
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 ofthree (3) years after final payment under this Agreement.
ARTICLE4
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.
Neither party shall have any liability to the other party for special, consequential, or
incidental damages, except however in connection with a claim made against either party
by a third party, provided that such claim arises out of or results from any claim within the
scope of the indemnity obligations of Contractor or City, as applicable, under this
Agreement.
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 Reauirements 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: Randy Rigato
To CONTRACTOR: Clean Energy
4675 Mac Arthur Court, Ste. 800
Newport Beach, CA 92660
Attn: Chad Lindholm
With a copy to: Associate General Counsel
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,
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 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.
Section 4.20 Authorit
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
Federal Transit Funding conditions do not apply to this Agreement.
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.
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
M
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
141
Funding Source: 65055000.72499
(Business Unit & Account No.)
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
CLEAN ENERGY, a California corporation
By:_
Name
Title:
CHAD LINDHOLM
Vice President
Doc ID:\Ipwadc02\msc$\GROUP\ADMIN\Council\2021109152021\Clean Energy\PSA_Clean Energy_1.doc
CA:Rev.07.2021.eleesign
Request for Quotes EXHIBIT A
Monthly Inspection and Preventative Maintenance Services
of Compressed Natural Gas Station
SCOPE OF SERVICES
1) Scope
The work shall include (a) monthly inspections (one per month) and (b) servicing of
compressors, motors, instrumentation, piping/valves, pressure vessels, safety equipment,
time -fill and fast -fill systems and dispensers, and ancillary equipment as identified during the
monthly inspections and quoted separately. The inspection schedule shall be established to
meet the Original Equipment Manufacturer's recommended inspection requirements and
intervals; at minimum, inspections shall be monthly. All labor for conducting monthly
inspections shall be included in the CNG Inspections Monthly Fee set forth in Contractor's
fee proposal in Exhibit B (the "Fee Proposal"). All pricing for providing parts, performing
repairs and maintenance shall be according to the Labor Rate and Overtime Rate
(collectively, the "Call -Out Rates") and Parts and materials plus markup rate (the "Parts
Rate") where applicable, as set forth in the Fee Proposal.
Only "Extra Work" that is authorized by the City of Lodi in writing prior to the start of said
work will be allowed.
2) Tools and Equipment
The Contractor shall provide all necessary equipment needed to properly and efficiently
diagnose problems and make repairs in the field including specialty tools and equipment
when and where necessary.
3) Monthly CNG Inspections
The contractor shall perform an on-site inspection of the CNG system at least once per
month as noted in the Monthly CNG Inspections Checklist of this Exhibit A to ensure that the
system is operating properly . The cost of labor, equipment and consumables necessary to
perform these inspections at the intervals recommended by the manufacturer or mandated
by local State or Federal regulations, shall be included in the contractor's CNG Inspections
Monthly Fee. Site inspections shall be documented on a standard inspection form approved
by the City. If, at the time of inspection, repairs are required, they shall be quoted pursuant
to the Call -Out Rates and the Parts Rate set forth in the Fee Proposal and performed only
after the Contractor receives written approval from the City of Lodi.
4) Repairs and Maintenance
The cost of labor, equipment and consumables necessary to perform repairs and
maintenance, at intervals recommended by the manufacturer or mandated by local, State or
Federal regulations, shall be charged at the Call -Out Rates and Parts Rate set forth in the
Fee Proposal. Prior to performing such work, Contractor shall provide a quote to City, and
Contractor shall not commence such work until Contractor's receipt of written approval from
City of Lodi authorizing such work. If replacement parts are available contractor shall utilize
these parts first in accordance with paragraph 6 of this Scope of Services.
5) Emergency Repairs
Exhibit A Monthly Insp PrevMaint RFP Scope
Request for Quotes EXHIBIT A
Monthly Inspection and Preventative Maintenance Services
of Compressed Natural Gas Station
In case of a system failure or malfunction, the Contractor shall provide a 24-hour phone or
pager number and shall respond to any call -out within 60 -minutes by phone and followed by
an arrival on-site within 24 -hours when deemed necessary by the City.
Work required to effect emergency repairs shall be billed on a time and expenses basis in
accordance with the Call -Out Rates and the Parts Rate set forth in the Fee Proposal.
6) Replacement Parts
The City of Lodi maintains a minimal quantity of spare parts for the CNG system on -hand.
The contractor shall manage and control this inventory of spare parts and make
recommendations for the procurement of replacement parts when needed (replacement
parts will be purchased directly by the City or by the contractor based on the Parts Rate as
established in the Fee Proposal). Should the Contractor determine that parts are needed that
have not been supplied by the City in advance, the Contractor shall provide a list of
materials needed to the City, in writing.
7) Documentation Requirements
The contractor shall document and record each system inspection, maintenance event and
system repair performed over the life of the project in a form approved by the City. For each
station site visit, documentation shall include — at a minimum — the date, time spent,
description of work performed and readings or measurements taken, and any abnormal
conditions observed. A copy of this documentation shall be remitted with the contractors
invoice covering the work performed, and retained by the contractor as a record.
8) Existing Facilities
The Contractor will be held responsible for damage to existing facilities, structures,
obstructions and all underground facilities that is caused by Contractor.
The City of Lodi shall be immediately notified of any damage that is caused by the
operations of the Contractor to any facility, utility or structure. At the City of Lodi's
discretion, repairs shall be made by the Contractor at the owning utility's direction or by the
utility, all to the satisfaction of the City Representative.
All removed material, unless otherwise specified, shall become the property of the Contractor
and shall be disposed of legally, properly, and quickly.
All materials to be salvaged shall be delivered to the Municipal Service Center,
1331 S. Ham Lane, Lodi, California, during the hours of 8:00 a.m. to noon or 1:00 p.m. to
3:00 p.m. Payment for removed materials and delivering salvaged materials shall be in
accordance with the Call -Out Rates and Parts Rate as set forth in the Fee Proposal.
10) CNG Fueling Station Equipment
The Contractor shall notify the City's Representative, or his designee, 24 -hours in advance of
any planned or scheduled interruption in CNG Fueling Station service necessitated by the
Contractor's operations. The Contractor shall be responsible to notify the City's Fleet
Exhibit A Monthly Insp PrevMaint RFP Scope 2
Request for Quotes EXHIBIT A
Monthly Inspection and Preventative Maintenance Services
of Compressed Natural Gas Station
Services Shop of turn-offs or turn -ons. The Contractor shall not make said interruptions in
service without the prior approval of said City representative. A City representative shall be
present at all turn-offs or turn -ons unless otherwise indicated by the City Engineer.
All CNG Fueling Station equipment shall be maintained in accordance with the
manufacturer's recommendations. When a major CNG Fueling system component and/or
auxiliary equipment becomes obsolete or deteriorated to the point of being beyond
reasonable or cost effective repairs, Contractor shall report such conditions to the City's
Representative, in writing. Contractor shall prepare estimates showing the cost breakdown
of labor for replacement of such fueling system components and/or auxiliary equipment, and
submit this information to said City representative. Equipment, if ordered or authorized by
the City's Representative or his designee, will be paid for as extra work at the Call -Out Rates
and Parts Rate set forth in the Fee Proposal.
11) Warranty Service
With respect to preexisting equipment, the City will provide the Contractor with a list of
materials under warranty. Should any CNG Fueling Station component fail that is under warranty, the
Contractor shall provide the City with a written list of failed equipment. The City will contact the
manufacturers to schedule equipment replacement.
With respect to services performed by Contractor pursuant to this Agreement, for a period of
one (1) month from the date of performance of such services (the "Warranty Period"),
Contractor warrants to City that the services shall be free from defects in workmanship (the
"Warranty").
If City gives Contractor prompt written notice of breach of this Warranty during the Warranty
Period, Contractor shall, at its sole option and as City's sole remedy, either re -perform the
service (City to provide Contractor with unencumbered access to the Property and equipment)
or refund the purchase price therefor. City shall bear the costs of access for Contractor's
remedial Warranty efforts (including removal and replacement of systems, structures or other
parts of City's facility), de -installation, re -installation and transportation of the parts to Contractor
and back to City. If Contractor determines that any claimed breach is not, in fact, covered by this
Warranty, City shall pay Contractor its then customary charges for any re -performance
completed by Contractor, or, in the event Contractor refunded City the purchase price, City shall
return the purchase price to Contractor. Contractor's warranty is conditioned on City (a)
operating and maintaining the applicable work in accordance with Contractor's instructions, (b)
not making any unauthorized repairs or alterations, and (c) not being in default of any payment
obligation to Contractor. Contractor's warranty does not cover damage caused by chemical
action or abrasive material, misuse or improper installation (unless installed by Contractor).
Warranty repair or replacement shall not extend or renew the applicable Warranty Period.
With respect to equipment, part(s) or material(s) provided by Contractor to City pursuant to this
Agreement, Contractor hereby assigns to City, to the extent assignable, any warranties made to
Contractor by the applicable manufacturer or supplier, and Contractor shall have no other
liability to City related to the supplied equipment, part or material under warranty, tort or any
other legal theory.
THE WARRANTIES SET FORTH IN THIS SECTION ARE CONTRACTOR'S SOLE AND EXCLUSIVE
WARRANTIES. CONTRACTOR MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR
Exhibit A Monthly Insp PrevMaint RFP Scope
Request for Quotes EXHIBIT A
Monthly Inspection and Preventative Maintenance Services
of Compressed Natural Gas Station
IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR
FITNESS FOR A PARTICULAR PURPOSE. THIS SECTION SHALL SURVIVE TERMINATION OF
THE AGREEMENT.
12) Meetings
The Contractor's representative performing inspections and preventative maintenance work
shall be available to meet, when deemed necessary, with the City's Representative or his designee
at a mutually agreed upon time and place to review maintenance and all other activities.
13) Compensation for Monthly CNG Inspections
In consideration of the Contractor's provision of the inspection services described below in
the table Monthly CNG Inspections Checklist, the City shall pay said Contractor the CNG
Inspections Monthly Fee set forth in the Fee Proposal.
14) Compensation for Extra Work
The City agrees to pay the Contractor the full amount of all extra work based on the Call -
Out Rates and Parts Rate set forth in the Fee Proposal. This includes ALL WORK outside of
the monthly inspection schedule. This includes any corrective repairs and minor or major
preventative maintenance. It is anticipated that the Contractor owns all equipment necessary
to perform the work and therefore NO additional payment will be made for equipment rental
unless approved by City of Lodi through written authorization.
The Contractor shall contact the City's Representative to obtain prior approval before work is
scheduled or performed under this provision. Upon City request the Contractor shall provide
to the City verified invoiced charges with time cards and certified payroll records.
15) Intentionally Deleted.
16) Design Conditions
This CNG fueling station has been designed with the following pressure and temperature
parameters:
Operating Pressure: 3600 psig
Design Pressure: 4500 psig
Design Temperature: 20°F to 110°F
Pneumatic Test Pressure: 4950 psig (for CNG piping)
Materials: All Piping and tubing shall be seamless
17) Samples of Equipment to be maintained
Greenfield Compressor
Compressor Type: C4U117 Station Serial Number: NGV -0276
Prime Mover: 125 HP Electric Motor
Compressor Block Serial Number: 700503
Exhibit A Monthly Insp PrevMaint RFP Scope 4
Request for Quotes EXHIBIT A
Monthly Inspection and Preventative Maintenance Services
of Compressed Natural Gas Station
Sulzer Compressor
CompressorType: C4U 117.1 GP Serial Number: 54184
Prime Mover: 125 HP Electric Motor Serial Number: 1LA04444SP41
Xebec Dryers (2)
Model Number STCNG24ZIV Serial Number 3925-6
Model Number STR24NGX-2S-150A480 Serial Number 30066
Kraus Dispenser
Model Number. DAM-3CHG Serial Number: Q-706
Contact Randy Rigato at Fleet Services, (209) 269-4923, for equipment inquiries.
Exhibit A Monthly Insp PrevMaint RFP Scope 5
Ite Monthly CNG Inspections
Clean Energy
CNG Compressor:
Check the service log sheet and maintenance records for outstanding items.
Check/record compressor inlet pressure.
Check/record inter -stage pressures and temperatures as compressor approaches final discharge pressure
set point. Compare with design.
Check/record oil pressure.
Visually inspect compressor hoses, tubing, piping, and valves for leaks and abnormalities.
Visually inspect gas panels for leaks and abnormalities.
Listen for any abnormal sounds such as banging or hissing, to indicate problem areas.
Check priority panel for proper functioning.
Check oil levels on compressor.
Check and record shut down or warning history.
Visually check all belts for signs of excessive wear.
Drain inter -stage scrubbers and all filters.
Drain recovery tank sump and vent header.
Snoop test piping/tubing/hoses for gas leaks.
Verify inlet control valve operation.
Check the service log sheet.
Visually inspect hoses, nozzles and 3 -way valves for leaks, damage, and abnormalities.
Visually inspect tubing, piping and valves for leaks and abnormalities.
Drain inlet filters.
Check scrubbers.
Check valve sequencing.
Visually inspect all pressure relief devices for signs of failure or leakage.
Verify ESD control function.
CNG Dispenser:
Check the service log sheet.
Visually inspect hoses, nozzles and 3way valves for leaks, damage, and abnormalities.
Visually inspect tubing, piping and valves for leaks and abnormalities.
Drain filters.
Check valve sequencing.
Visually inspect all pressure relief devices for signs of failure or leakage.
Snoop test piping/tubing/hoses for gas leaks.
Verify ESD control function.
Clean magnetic strip reader on POS system.
Verify ESD control function.
Verify POS receipt display matches dispenser display.
Exhibit A - Monthly Inspection Scope
CNG Gas Dryer/Storage:
Check the service log sheet.
Check/record dryer inlet pressure.
Check and drain condensates from ground storage. Record any abnormalities.
Check SRV, service date, signs of leakage.
Listen for any abnormal sounds such as banging or hissing, to indicate problem areas.
CNG General Site:
Check site signage for proper labeling and condition
Check and report on general site condition and note any needed future maintenance.
Activities not included in the Monthly CNG Inspections list above shall be charged at the hourly labor
rate. All parts and materials shall be charged at cost plus the markup noted in this contract. Lubrication
oil to be provided by City of Lodi.
Exhibit A - Monthly Inspection Scope
EXHIBIT B
MEMORANDUM, City of Lodi, Public Works Department
o
To:
Prospective Bidder
From:
Fleet Superintendent
Date:
August 06, 2021
Subject: Quote for Monthly Inspection and Preventative Maintenance Services of
Compressed Natural Gas Station.(See Exhibit A/C)
Please fill in the blanks below and include or update any additional costs in your quote to
obtain these 5 items below as they will be required once the Successful Quote is awarded
and before any work can begin:
Company Name: _Clean Energy Date: August 18, 2021
Address: _4675 MacArthur Court, Suite 800, Newport Beach, CA 92660
Contact Phone No.: _(949) 437-1272
Contractor's License No.: 848450
CNG Inspections Monthly Fee: $2,695
Labor Rate: $160/hour
Overtime Rate: $240/hour
Parts and materials plus
Truck charge: N/A
Call out minimum: N/
Other: N/A
30
1. Insurance requirements per the attached exhibit.
2. Workers' compensation insurance coverage.
3. City of Lodi business license.
4. W-9 form per current IRS requirements.
Company' Signature:
Print Name: Chad M. Lindholm
Title: Vice President
If you have any questions please contact me.
Randy Rigato
Fleet Superintendent
209.269.4923
209.365.6510 fax
rrigato@lodi.gov
RR/CA
% markup
(hours)
(be specific)
8/12/2021
i
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) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
(Not construction or requiring 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 -Contributory 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 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 state, on its face or as an endorsement, a description of therp oject
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 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.
Page 1 1 of 2 pages I Risk: rev. 3/1/2018
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. 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 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.
(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 applicable policy language effecting coverage required by this clause. All 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) Self -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.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's 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 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.
Page 2 1 of 2 pages I Risk: rev. 3/1/2018
RESOLUTION NO. 2022-05
A RESOLUTION OF THE LODI CITY COUNCIL RESCINDING RESOLUTION
NO. 2021-258 AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
REVISED PROFESSIONAL SERVICES AGREEMENT WITH CLEAN ENERGY,
OF NEWPORT BEACH, FOR MONTHLY AND PREVENTATIVE MAINTENANCE
AND REPAIRS OF COMPRESSED NATURAL GAS FUELING STATION
WHEREAS, since 2015, the City has contracted with Clean Energy to perform monthly
inspections and maintenance on the compressed natural gas (CNG) fueling station; and
WHEREAS, the contract for the monthly inspections and maintenance includes labor
and materials needed to perform maintenance, such as compressor oil, filters, and dryer
elements, and on-call repairs; and
WHEREAS, after Council authorization on September 15, 2021, Clean Energy
requested changes to some of the legal language of the Professional Services Agreement. The
requested revisions are acceptable to staff and are approved by the City Attorney; and
WHEREAS, staff recommends City Council rescind Resolution No. 2021-258 and
authorize the City Manager to execute a Professional Services Agreement with Clean Energy,
of Newport Beach, for monthly and preventative maintenance and repairs of compressed natural
gas fueling station, in the amount of $175,000; and
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby rescind
Resolution No. 2021-258 and authorize the City Manager to execute the revised Professional
Services Agreement with Clean Energy, of Newport Beach, for monthly and preventative
maintenance and repairs of compressed natural gas fueling station, for the term of two
years, with three optional one-year extensions, inthe amount of $175,OOOoverthe
entire term of the agreement, including optional 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: January 5, 2022
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2022-05 was passed and adopted by the City Council of the
City of Lodi in a regular meeting held January 5, 2022, by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
IJNNIFE C S I�
City Clerk
2022-05