HomeMy WebLinkAboutAgenda Report - June 15, 2022 C-05CITY OF
®rb
e10 zt� o
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM
C-5
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year
2022/23 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras Counties,
of Stockton, for Downtown Cleaning ($87,599), Transit Facility Cleaning ($65,418), and
Hutchins Street Square Landscape Maintenance ($22,811)
MEETING DATE: June 15, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contracts for
Fiscal Year 2021/22 with United Cerebral Palsy of San Joaquin,
Amador, and Calaveras Counties, of Stockton, for downtown
Cleaning in the amount of $ 87,599, transit facility cleaning in the amount of $ 65,418, and Hutchins Street
Square landscape maintenance in the amount of $ 22,811.
BACKGROUND INFORMATION: United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties (UCP) has been working for the Public Works Department
since 2000 at several City facilities. Staff is proposing to contract
with UCP for downtown cleaning, transit facility cleaning, and Hutchins Street Square landscape
maintenance. The downtown area addresses street furniture, trash, litter, spills, and leaf removal; the
transit facility cleaning addresses the grounds surrounding Lodi Transit Station, the Lodi Transit Station
Parking Structure, and sheltered bus stops; and work at Hutchins Street Square includes weekly
landscape maintenance, such as weeding, shrub trimming, and debris removal.
The UCP program provides meaningful work for the disabled. Each UCP crew generally includes four
persons plus a supervisor. The program includes transportation and direct supervision for the crew at the
following hourly rates:
UCP is the only known nonprofit organization that pays the disabled the State minimum wage. Other
organizations are known to pay crew members less and cite additional benefits such as training,
transportation, supervision, and overhead as reasons for below -minimum wage compensation. In addition
to strengthening the self-esteem of these crew members, the citizens of Lodi continue to receive excellent
services.
Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when the City
Council determines that the purchase or method of purchase is in the best interests of the City. Staff
recommends waiving the method of receiving competitive bids since it is advantageous for the City.
APPROVED: Steve schwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\MISC\UCP\2022-2023\CC Contracts.doc
5131/2022
2022
2023
Downtown Cleanin
$85.26
$90.62
Transit Facility Cleaning
$78.82
$84.13
$82.84
Hutchins Street Square Lan dsca a
$89.49
UCP is the only known nonprofit organization that pays the disabled the State minimum wage. Other
organizations are known to pay crew members less and cite additional benefits such as training,
transportation, supervision, and overhead as reasons for below -minimum wage compensation. In addition
to strengthening the self-esteem of these crew members, the citizens of Lodi continue to receive excellent
services.
Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when the City
Council determines that the purchase or method of purchase is in the best interests of the City. Staff
recommends waiving the method of receiving competitive bids since it is advantageous for the City.
APPROVED: Steve schwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\MISC\UCP\2022-2023\CC Contracts.doc
5131/2022
Adopt Resolution Authorizing City Manager to Execute Contracts for Fiscal Year 2022/23 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras Counties,
of Stockton, for Downtown Cleaning ($87,599), Transit Facility Cleaning ($65,418), and Hutchins Street Square Landscape Maintenance ($22,811)
June 1, 2022
Page 2
FISCAL IMPACT: Maintaining a clean downtown core, transit facility, and Hutchins Street Square
enhances the appearance of Lodi. Failing to maintain, or reducing
maintenance services in these areas, may result in decreased visitation and
sales tax generation. This project does not impact the General Fund.
FUNDING AVAILABLE: Budgets for these contracts are included in the Fiscal Year 2022/23 operating
budgets, as follows:
Downtown Cleaning:
Transit Facility Cleaning:
Hutchins Street Square
Landscape Maintenance:
Andrew Keys
$ 87,599 — Street Fund (30156003)
$ 65,418 — Transit Fund (60054104)
$ 22,811 — HSS Fund (20071402)
Andrew Keys
Deputy City Manager/Internal Services Director
Ciu^isEr'+aa. �arowcay
Christina Jaromay
Parks, Recreation & Cultural Services
Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SN/cd
Attachments
cc: Transportation Manager
Building & Event Supervisor
PW Management Analyst
LL9D-Q
Charles E. Swimley, Jr.
Public Works Director
\\cvcfilv02\pubwks$\WP\PROJECTS\MISC\UCP\2022-2023\CC Contracts.doc 5/31/2022
Contract for "Downtown Lodi_CI_enin Crgw"
1. Introduction. This Contract for "Downtown Lodi Cleaning Crew" ("Contract) is made and entered into
on July 1, 2022 between the United Cerebral Palsy Association of San Joaquin, Amador, and Calaveras
Counties, a California non-profit corporation ("Contractor) and the City of Lodi, a California municipal
corporation ("Customer).
2. Background. The services for "Downtown Lodi Cleaning" outlined in this Contract will be conducted by
persons with disabilities affiliated with the Contractor's Supported Employment program. This program
is considered cost-effective for the City of Lodi because it transitions adults with special needs into
gainful employment opportunities that they would otherwise not be able to obtain under normal
circumstances. Because of the unique working relationship associated with this contract, the City of
Lodi's specific needs for "Downtown Lodi Cleaning" will be met as well as the needs of the disabled
worker.
3. Term: The term of this Contract will be for one (1) year, beginning July 1, 2022. The Contract will be
automatically renewed for succeeding terms of one (1) year each, unless at least thirty (30) calendar
days before expiration of any term, either party gives written notice to the other of its intention not to
renew this Contract. The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed five (5) years.
4. Early Termination_. This Contract may be terminated by either party at any time, at will, with or without
cause, for any or no reason, by giving written notice to the other party at least thirty (30) calendar days
before the termination is to be effective.
5. Description of the Cleaning Services: In exchange for the consideration set forth in this Contract,
Contractor agrees to perform the following cleaning services on a rotating basis tothe Downtown Lodi
area during the hours of 7:00 a.m. -11:00 a.m., Monday- Friday (except holidays):
a. Empty trash containers on designated days.
b. Clean furniture weekly, dust benches, bollards, light standards
c. Blow and collect leaves
d. Remove litter, broken glass, cleanup spills
e. Wash sidewalk areas around trash containers monthly
f. Report observed hazards immediately to Customer (e.g., broken tree limbs, loosepavers, etc.)
6. Contractors' Duties.
a. Contractor will provide staff to make up one (1) crew of up to four (4) crewmembers, to perform
cleaning services to the Downtown Lodi area as outlined in this Contract. Contractor will assign
one (1) supervisor/job coach to each crew to ensure quality and accuracy of all duties associated
with the required work. It shall be the responsibility of the supervisor/job coach to keep accurate
account of each service performed and to monitor the quality standards set forth by the
Customer. With priorapproval, the Contractor may make modifications to the work station/area to
accommodate crewmembers at no cost to the Customer.
b. Contractor will train, supervise, schedule and oversee all crewmembers at no cost to the
Customer. Contractor agrees to provide the trainer(s)/supervisor(s) to the Customer at no
additional charge to the Customer. The trainer(s)/supervisor(s) will remain on-site, in the
immediate work area while crewmembers are present. The Contractor has the sole responsibility
of all workers' compensation and wages paid toeach crewmember and staff assigned to the work
site.
c. The Contractor and not the Customer, will pay all crewmember wages; all personnelcosts and
liabilities (e.g., workers' compensation, unemployment insurance, state and federal taxes as well
as any reimbursement costs), associated with the "Downtown Lodi Cleaning" services rendered
pursuant to this Contract.
d. Contractor will submit to Customer on a monthly basis tracking documents and aninvoice for all
work performed.
e. Contractor will use reasonable care in the use of all equipment and supplies providedby
Customer pursuant to the terms of this Contract. If Contractor damages any property due to
negligence, or causes harm to persons through negligence,
Contractor will be responsible for all liabilities resulting therefrom including repairing or
replacing Customer's property.
f. Contractor will comply with the health and safety regulations established by OSHA,the
State of California, and Customer while performing the work outlined in this Contract.
g. Contractor shall obtain and maintain during the term of this Contract insurancecoverage as
set forth in Exhibit "A" attached hereto.
h. Contractor to the fullest extent permitted by law, shall indemnify and hold harmless
Customer, 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 Contract, 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 employedby any of them, or anyone for whose
acts they may be liable, except to the extent those injuries or damages arise out of the
negligence or willful misconduct of the City of Lodi, its elected and appointed officials,
directors, officers, employees and volunteers. Customer may, at its election, conduct the
defense or participate in the defense of any claim related in any way to this indemnification.
If Customer 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.
7. Customer's Duties:
a. Customer will pay Contractor by the fifteenth (15th) working day of each month, after
submission of invoice for services of $85.26 for each hour associated with the "Downtown
Lodi Cleaning" work outlined in this Contract. Effective January 1, 2023 the hourly rate per
hour of service will increase to $90.62.
b. Customer will provide all Contractor crewmembers with supplies and equipmentsufficient to
perform the work outlined in this Contract.
c. Customer will assist the Contractor crewmembers in locating and centralizing toolsand
equipment specific to the Contract on an as needed basis.
d. To the greatest extent permitted by law, Customer will maintain the confidentiality ofall
personal and medical records and transactions specific to the Contractor's employees.
e. Customer will indemnify and hold harmless the State of California, its officers, agents
and employees from any and all claims and losses occurring or resulting to any persons,
firm or corporation that may be injured or damaged by the Contractor in theperformance of
this contract. This indemnity shall not apply to on the job injuries caused by the Contractor's
workers' compensation injuries incurred by the Contractor's crewmembers.
S. Contractor's Status. Contractor acknowledges and agrees that it, and its employees, in the
performance of this Contract, are acting in an independent capacity and not as officers or
employees of the State of California.
9. Miscellaneous Provisions.
a. All notices, consents, requests, demands, and other communications required or permitted
under this Contract shall be in writing and shall conclusively be deemed effective: (1) on
personal delivery, (2) on confirmed delivery by courier service, (3) on the first business day
after transmission if sent by confirmed facsimile transmission or email, or (4) three (3)
calendar days after deposit in the United States mail, by first class mail, postage prepaid,
addressed to the party to be notifiedas set forth below:
City of Lodi
Attn: Sean Nathan
P.O. Box 3006
Lodi, CA 95241
2
b. Contractor acknowledges and agrees that it, and its employees, in the performance of this
Contract, are acting in an independent capacity and not as officers or employees of the
State of California.
c. This Contract may be supplemented, amended, or modified only by a writing signedby
both parties.
d. Unless the context clearly requires otherwise, (a) usage of plural and singular forms of words
are each deemed to include the other; (b) the masculine, feminine, and neuter genders are
each deemed to include the others; (c) the words "shall," "will," or "agrees" are mandatory,
and "may" is permissive; (d) "or" is not exclusive; and (e) "includes" and "including" are not
limiting.
e. This Contract constitutes the final, complete, and exclusive statement of the terms of the
agreement between the parties pertaining to the subject matter of this Contract and
supersedes all other prior or contemporaneous oral or written understandings and
agreements of the parties. No party has been induced to enter into this Contract by, nor is
any party relying on, any representation or warranty except those expresslyset forth in this
Contract.
f. If a court or an arbitrator of competent jurisdiction holds any provision of this Contract to be
illegal, unenforceable, or invalid for any reason, the validity and enforceability ofthe remaining
provisions of this Contract shall not be affected.
UNITED CEREBRAL PALSY ASSOCIATION OF
SAN JOAQUIN, CALAVERAS, AMADOR COUNTIES,
a California non-profit corporation
By:
Name: Lynn Hogue Date
Title: CEO
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER Date
City Manager
ATTEST:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH
City Attorney
3
Downtown Lodi Cleaning Cost Projection
FY22-23
July
August
Sept
Oct
Nov
Dec
Jan
Feb
March
April
May
June
Total
Hrs.
Serviced
76
92
84
84
80
80
80
76
92
80
88
84
996
Cleaning
Cost Per
$85.26
$85.26
$85.26
$85.26
$85.26
$85.26
$90.62
$90.62
$90.62
$90.62
$90.62
590.62
Hr.
Cleaning$6,479.76
$7,643-92
57,161.84
$7,161.84
$6,820.80
II
$6,820.80
$7,249.60
56,887.12
$8,337.04
$7,249.60
57,974.56
57,612.08
Cost Per
i
$87,598.96
Month
Q�
U
U)
i5
O
J
O
O
0
M
N
0
N
i
N
N
O
N
O
U
O
a)
Q
N
Cn
M
m
2
N
LL
w
T
-MINING
7
NN c'7oNvT
r T N M
H
�N N�(ON c0
(6
C r a0 In N m
N r N N
n cn
E
_ O
M Z
►wj
C)
C7
N
�
N
N
O
N
cn
C/7
r
00
�
N
cn
r
N
N
L-1�
r
co
In
N
r
r
N
F --
M
C)
1-
T
T
N
M
N
0)CONM
T
T
N
rCO�NN
�r
CO
In
T
N
r^
cn
E
_ O
M Z
►wj
C)
C7
N
d)
CO
O
N
cn
C/7
r
00
to
N
cn
r
N
N
LL
~
N
N
I—
N
N
U)NmcD
T
T
N
�r
CO
In
T
N
E
_ O
M Z
►wj
C)
C7
' CITY OF LODI
DOWNTOWN
PUBLIC WORKS DEPARTMENT CLEANING
co
y
- Cite
Hall
�' II < -
I CO
-
a`.
a�
il..l. ni i
I
I
I
f
Walnut St.
Ljf 1 f
I�
— -- fZ Lvdi
�Innnu�n+at+a
J)
D
��W
r
N Legend
' -
W-*-
E City Dumpsters
o City Trash Cans
SCleaning Boundary
1 can on each - --!
of 3 levels
,'2
300 150 0 300 Feet
Document Path: \\CVCFILV02\PubWks$\WP\PROJECTS\MISC\UCP\Downtown Cleaning.mxd
EarF
a,
EXHIBIT
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 rofessional 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
$1,000,000 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 Employers 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 ther� oiect
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 Chane 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 1 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 Tenn. If Contractors 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.
Q) 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 Insur_e_rCsj
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 Risk: rev. 3/1/2018
Contract for "Transit Facility Cleaning_"
1. Introduction. This Contract for "Transit Facility Cleaning" ("Contract') is made and entered into on July
1, 2022 between the United Cerebral Palsy Association of San Joaquin, Amador,and Calaveras
Counties, a California non-profit corporation ("Contractor) and the City of Lodi, a California municipal
corporation ("Customer).
2. Background. The services for "Transit Facility Cleaning" outlined in this Contract will be conducted by
persons with disabilities affiliated with the Contractor's Supported Employment program. This program
is considered cost-effective for the City of Lodi because it transitions adults with special needs into
gainful employment opportunities that they would otherwise not be able to obtain under normal
circumstances. Because of the unique working relationship associated with this contract, the City of
Lodi's specific needs for "Transit Facility Cleaning" will be met as well as the needs of the disabled
worker.
3. Term: The term of this Contract will be for one (1) year, beginning July 1, 2022. The Contract will be
automatically renewed for succeeding terms of one (1) year each, unless at least thirty (30) calendar
days before expiration of any term, either party gives written notice to the other of its intention not to
renew this Contract. The total duration of this Agreement, including the exercise of any option under this
paragraph, shall not exceed five (5) years.
4. Early Termination. This Contract may be terminated by either party at any time, at will, with or without
cause, for any or no reason, by giving written notice to the other party at least thirty (30) calendar days
before the termination is to be effective.
5. Description of the Cleaning Service. In exchange for the consideration set forth in this Contract,
Contractor agrees to perform the following cleaning services on a rotating basis tovarious transit
facilities owned by Customer during the hours of 7:00 a.m. - 3:45 p.m., Monday- Friday (except
holidays):
a. Clean and collect trash from the bus stops shown on Exhibit "A" attached hereto.
b. Remove litter, weeds, and leaves.
c. Emptying trash containers.
d. Wash down spilled or leaked fluids in parking structures.
6. Contractors' Duties.
a. Contractor will provide staff to make up one (1) crew of up to four (4) crewmembers, to
perform cleaning services to facilities owned by Customer, including, without limitation, the
Lodi Train Station, the Lodi Station Parking Structure, and the Grapeline bus shelters, as
outlined in this Contract. Contractor will assign one (1) supervisor/job coach to each crew to
ensure quality and accuracy of all duties associated with the required work. It shall be the
responsibility of the supervisor/job coach to keep accurate account of each service
performed and to monitor the qualitystandards set forth by the Customer. With prior
approval, the Contractor may make modifications to the work station/area to accommodate
crewmembers at no cost to the Customer.
b. Contractor will train, supervise, schedule and oversee all crew members at no cost to the
Customer. Contractor agrees to provide the trainer(s)/supervisor(s) to the Customer at no
additional charge to the Customer. The trainer(s)/supervisor(s) will remain on-site, in the
immediate work area while crewmembers are present. The Contractor has the sole
responsibility of all workers' compensation and wages paid toeach crewmember and staff
assigned to the work site.
c. The Contractor and not the Customer, will pay all crew member wages; all personnelcosts
and liabilities (e.g., workers' compensation, unemployment insurance, state and federal
taxes as well as any reimbursement costs), associated with the "Transit Facility Cleaning"
services rendered pursuant to this Contract.
d. Contractor will submit to Customer on a monthly basis tracking documents and aninvoice
for all work performed.
e. Contractor will use reasonable care in the use of all equipment and supplies providedby
Customer pursuant to the terms of this Contract. If Contractor damages any property due to
negligence, or causes harm to persons through negligence, Contractor will be responsible
for all liabilities resulting therefrom including repairing or replacing Customer's property.
f. Contractor will comply with the health and safety regulations established by OSHA,the
State of California, and Customer while performing the work outlined in this Contract.
g. Contractor shall obtain and maintain during the term of this Contract insurance
coverage as set forth in Exhibit "B" attached hereto.
h. Contractor to the fullest extent permitted by law, shall indemnify and hold harmless
Customer, 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 Contract, 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 employedby any of them, or anyone for whose acts
they may be liable, except to the extent those injuries or damages arise out of the
negligence or willful misconduct of the City of Lodi, its elected and appointed officials,
directors, officers, employees and volunteers. Customer may, at its election, conduct the
defense or participate in the defense of any claim related in any way to this indemnification.
If Customer 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.
7. Customer's Duties:
a. Customer will pay Contractor by the fifteenth (15th) working day of each month, after
submission of invoice for services of $78.82 for each hour associated with the "Transit
Facility Cleaning" work described in this Contract. Effective January 1, 2023, the hourly rate
per hour of service will increase to $82.84.
b. Customer will provide all Contractor crew members with supplies and equipment
sufficient to perform the work outlined in this Contract.
c. Customer will assist the Contractor crewmembers in locating and centralizing toolsand
equipment specific to the Contract on an as needed basis.
d. To the greatest extent permitted by law, Customer will maintain the confidentiality of all
personal and medical records and transactions specific to the Contractor's employees.
e. Customer will indemnify and hold harmless the State of California, its officers, agents
and employees from any and all claims and losses occurring or resulting to any persons,
firm or corporation that may be injured or damaged by the Contractor in theperformance of
this contract. This indemnity shall not apply to on the job injuries caused by the Contractor's
workers' compensation injuries incurred by the Contractor's crewmembers.
8. Miscellaneous Provisions.
a. All notices, consents, requests, demands, and other communications required or permitted
under this Contract shall be in writing and shall conclusively be deemed effective: (1) on
personal delivery, (2) on confirmed delivery by courier service, (3) on the first business day
after transmission if sent by confirmed facsimile transmission or email, or (4) three (3)
calendar days after deposit in the United States mail, by first class mail, postage prepaid,
addressed to the party to be notified as set forth below:
City of Lodi
Attn: Sean Nathan
P.O. Box 3006
Lodi, CA 95241
2
b. Contractor acknowledges and agrees that it, and its employees, in the performance of this
Contract, are acting in an independent capacity and not as officers or employees of the
State of California or the City of Lodi.
c. This Contract may be supplemented, amended, or modified only by a writing signed by both
parties.
d. Unless the context clearly requires otherwise, (a) usage of plural and singular forms of words
are each deemed to include the other; (b) the masculine, feminine, and neuter genders are
each deemed to include the others; (c) the words "shall," "will," or "agrees" are mandatory, and
"may" is permissive; (d) "or" is not exclusive; and (e) "includes" and "including" are not limiting.
e. This Contract constitutes the final, complete, and exclusive statement of the terms of the
agreement between the parties pertaining to the subject matter of this Contract and
supersedes all other prior or contemporaneous oral or written understandings and agreements
of the parties. No party has been induced to enter into this Contract by, nor is any party relying
on, any representation or warranty except those expresslyset forth in this Contract.
f. If a court or an arbitrator of competent jurisdiction holds any provision of this Contract to be
illegal, unenforceable, or invalid for any reason, the validity and enforceability ofthe remaining
provisions of this Contract shall not be affected.
UNITED CEREBRAL PALSY ASSOCIATION OF
SAN JOAQUIN, CALAVERAS, AMADOR COUNTIES,
a California non-profit corporation
By:
Name: Lynn Hogue
Title: CEO
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
ATTEST:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH
City Attorney r�K'
3
Date
Date
Transit Facility Cleaning Cost Projection
FY 22-23
July
Au st
5e
Oct
Nov
Dec
Jan
Feb
Mar
A r
May
June
Total
Hrs.
61.75
74.75
68.25
68.25
65
65
65
61.75
74.75
65
71.5
68.25
809.25
Serviced
Cleaning
$78.82
$78.82
$78.82
$78.82
$78.82
$78.82
$82.84
$82.84
$82.84
$82.84
$82.84
$82.84
Cost per
Hr.
Cleaning
$4,867.13
$5,891.79
$5,379.46
$5,379.46
$5,123.30
$5.123.30
$5,384.fi0
$5,115.37
$6,192.29
$5,384.60
$5,923.06
$5,653.83
$65418.19
Cost per
Month
L
U
U)
U
N
LL
c
M
M
N
O
N
N
N
O
(N
u
U)
LL
N
M
N
N
N
K
LL
c
(0
�1
T- 00
N N
O 1-
N N
O> cD
T N
Ln
N
LO
co
LL
LL
N
PT
T
T
QLco
TCO
U*)
CNN
�
N
Y
T
L
N
co
IN
I
L
r
0
N
'J' I
L
=
N
LL
T
�-
N
N
M
O
I
T
0
LO
N
T
T
N
M
Z�
"moi
fn
CO
N
LL
N
PT
T
T
QLco
TCO
CNN
Y
T
L
N
co
>O
m
~
0
N
'J' I
=
N
LL
�-
N
N
LO
N
m
N
CO
N
T
H
co
O
r-
N
N
O
Cfl
N
1
N
Y
L
>O
m
0
O
'J' I
=
CITY O F LO D IFGRAPELINE TRASH
PUBLIC WORKS DEPARTMENT ONS + TYPE (2021)
0
I
r°
� 1 � 0 Turner Rd.
o 140, St -
0
s
s
3
O
0 Elm St.
Legend
hrnn Rd �='
J
a
i'
Bus Stops
Trash
a Concrete/Misc. Bin
o Trash
LNI Trash Bin
o Trash/recycling (LNI-Ecopop)
o Trash/recycling (Chevy Lane)
EXHIBIT A
5 Dev
N
W / E
S
0.5 0.25 0
0.5 Miles
Date: 6/14/2021
EXHIBIT B
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 reouiring professional liabili
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
$1,000,000 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 Contractors 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 thero oiect
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 I 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 0 Risk: rev. 3/1/2018
Contract for "Landsca a Maintenance"
1. Introduction. This Contract for "Landscape Maintenance" ("Contract) is made and entered into on
July 1, 2022 between the United Cerebral Palsy Association of San Joaquin, Amador,and Calaveras
Counties, a California non-profit corporation ("Contractor) and the City of Lodi, a California
municipal corporation ("Customer).
2. Background. The services for "Landscape Maintenance" outlined in this Contract will be conducted
by persons with disabilities affiliated with the Contractor's Supported Employment program. This
program is considered cost-effective for the City of Lodi because it transitions adults with special
needs into gainful employment opportunities that they would otherwise not be able to obtain under
normal circumstances. Because of the unique working relationship associated with this contract, the
City of Lodi's specific needs for "Landscape Maintenance" will be met as well as the needs of the
disabled worker.
3. Term: The term of this Contract will be for one (1) year, beginning July 1, 2022. The Contract will
be automatically renewed for succeeding terms of one (1) year each, unless at least thirty (30)
calendar days before expiration of any term, either party gives written notice to the other of its
intention not to renew this Contract. The total duration of this Agreement, including the exercise of
any option under this paragraph, shall not exceed five (5) years.
4. Early Termination. This Contract may be terminated by either party at any time, at will, with or
without cause, for any or no reason, by giving written notice to the other party at least thirty (30)
calendar days before the termination is to be effective.
5. Description of the Landscape Maintenance Services. In exchange for the consideration set forth in
this Contract, Contractor agrees to perform the following landscape maintenance services on a
rotating basis to the Hutchins Street Square area during the hours of 7:00 a.m. - 11:00 a.m.,
Monday - Friday (except holidays):
a. Edge grass around utility boxes, sprinkler heads, etc.
b. Use one or more commercial yard blowers to remove grass clippings, leaves, and other
small landscape debris from walkways.
c. Weed flowerbeds.
d. Clip hedges and bushes.
6. Contractors' Duties.
a. Contractor will provide staff to make up one (1) crew of up to four (4) crewmembers, to perform
landscape maintenance services to the Hutchins Street Square in the City of Lodi area as
outlined in this Contract. Contractor will assign one (1) supervisor/jobcoach to each crew to
ensure quality and accuracy of all duties associated with the required work. It shall be the
responsibility of the supervisor/job coach to keep accurate account of each service performed
and to monitor the quality standards set forth by the Customer. With prior approval, the
Contractor may make modifications to the work station/area to accommodate crewmembers at
no cost to the Customer.
b. Contractor will train, supervise, schedule and oversee all crew members at no cost to the
Customer. Contractor agrees to provide the trainer(s)/supervisor(s) to the Customer at no
additional charge to the Customer. The trainer(s)/supervisor(s) will remain on-site, in the
immediate work area while crewmembers are present. The Contractor has the sole
responsibility of all workers' compensation and wages paid to each crew member and staff
assigned to the work site.
c. The Contractor and not the Customer, will pay all crewmember wages; all personnel costs and
liabilities (e.g., workers' compensation, unemployment insurance, state and federal taxes as
well as any reimbursement costs), associated with the "Landscape Maintenance" services
rendered pursuant to this Contract.
d. Contractor will submit to Customer on a monthly basis tracking documents and an invoice for
all work performed.
e. Contractor will use reasonable care in the use of all equipment and supplies provided by
Customer pursuant to the terms of this Contract. If Contractor damages any property due to
negligence, or causes harm to persons through negligence, Contractor will be responsible for
all liabilities resulting therefrom including repairing or replacing Customer's property
f. Contractor will comply with the health and safety regulations established by OSHA, the
State of California, and Customer while performing the work outlined in this Contract.
g. Contractor shall obtain and maintain during the term of this Contract insurance
coverage as set forth in Exhibit "A" attached hereto.
h. Contractor to the fullest extent permitted by law, shall indemnify and hold harmless
Customer, 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 Contract, 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 to the extent those injuries or damages
arise out of the negligence or willful misconduct of the City of Lodi, its elected and
appointed officials, directors, officers, employees and volunteers. Customer may, at its
election, conduct the defense or participate in the defense of any claim related in any way
to this indemnification. If Customer 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.
7. Customer's Duties:
a. Customer will pay Contractor by the fifteenth (15th) working day of each month, after
submission of invoice for services of $84.13 for each hour associated with the
"Landscape Maintenance" work described in this Contract. Effective January 1, 2023 the
hourly rate per hour of service will increase to $89.49.
b. Customer will provide all Contractor crew members with supplies and equipment
sufficient to perform the work outlined in this Contract.
c. Customer will assist the Contractor crew members in locating and centralizing tools
and equipment specific to the Contract on an as needed basis.
d. To the greatest extent permitted by law, Customer will maintain the confidentiality of all
personal and medical records and transactions specific to the Contractor's employees.
e. Customer will indemnify and hold harmless the State of California, its officers, agents and
employees from any and all claims and losses occurring or resulting to any persons, firm
or corporation that may be injured or damaged by the Contractor in the performance of
this contract. This indemnity shall not apply to on the job injuries caused by the
Contractor's workers' compensation injuries incurred by the Contractor's crew members.
8. Miscellaneous Provisions.
a. All notices, consents, requests, demands, and other communications required or
permitted under this Contract shall be in writing and shall conclusively be deemed
effective: (1) on personal delivery, (2) on confirmed delivery by courier service, (3)
on the first business day after transmission if sent by confirmed facsimile
transmission or email, or (4) three (3) calendar days after deposit in the United
States mail, by first class mail, postage prepaid, addressed to the party to be notified
as set forth below:
City of Lodi
Attn: Sean Nathan
P.O. Box 3006
Lodi, CA 95241
b. Contractor acknowledges and agrees that it, and its employees, in the performance of this
Contract, are acting in an independent capacity and not as officers or employees of the
State of California.
c. This Contract may be supplemented, amended, or modified only by a writing signed by both
parties.
d. Unless the context clearly requires otherwise, (a) usage of plural and singular forms of words
are each deemed to include the other; (b) the masculine, feminine, and neuter genders are each
deemed to include the others; (c) the words "shall," "will," or "agrees" are mandatory, and "may"
is permissive; (d) "or" is not exclusive; and (e) "includes" and "including" are not limiting.
e. This Contract constitutes the final, complete, and exclusive statement of the terms of the
agreement between the parties pertaining to the subject matter of this Contract and supersedes
all other prior or contemporaneous oral or written understandings and agreements of the parties.
No party has been induced to enter into this Contract by, nor is any party relying on, any
representation or warranty except those expresslyset forth in this Contract.
f. If a court or an arbitrator of competent jurisdiction holds any provision of this Contract to be
illegal, unenforceable, or invalid for any reason, the validity and enforceability of the remaining
provisions of this Contract shall not be affected.
UNITED CEREBRAL PALSY ASSOCIATION OF
SAN JOAQUIN, CALAVERAS, AMADOR COUNTIES,
a California non-profit corporation
By:
Name: Lynn Hoque
Title: CEO
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
ATTEST:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH
City Attorney
3
Date
Date
Landscape Maintenance Cast Projection
FY 22-23
JUIV
August
SeptOct
Nov
Dec
Jan
Feb
March
Hrs.
Serviced
32
36
36
32
8
8
8
B
20
Cost Per
Hr.
584.13
584,13
$84.13 i
$84.13
$84.13
$84.13
$89.49
$89.49
$89.49
Cost Per
1
Month
$2.692,16
$3,028.68
$3,028.68
$2,692.16
$673.04
1 $673.04
$715.92
$715.92
$1,789.80
U
U)
N
cu
U)
Q�
4—
U)
U)
U
2
M
N
C)
N
N
N
C)
N
N
O
U
A
N
E
M
0
N M
N OM
N N
r O
N N
N N
� N
O
MO1��
ti�rCO
N
�rCO
N
CO
r
r
N
-N
NO(DMO:
U-:
co
LO
cq
N
(p�NN
N
U-
(O
MOh
I-
�r
N
rCO
r
r
r
�
�
Mor�t
r
co
LO
N
.0
r
Ln
N
CA
(D
r
N
N
CA
CD
E
I-
r
r
cc
U
Cn
r
r.+
r
N
N
r
CO
11j
C
r
CO
LIi
r
r
C D
co
CD
N
r
r
CO
7
co
N
r
N
Cnl
O
r
N
7
U-
CA
rnr"rNN
IU7
N
E
M
0
N M
N OM
N N
r O
N N
N N
� N
O
r
ti�rCO
N
�rCO
N
CO
illr2
5
M
-N
NO(DMO:
r
co
LO
cq
N
(p�NN
N
U-
MOh
I-
�r
Go
rCO
r
r
r
�
�
Mor�t
H
N
.0
r
Ln
N
CA
(D
N
0
N
CA
CD
E
r
r
N
U
Cn
r
r.+
r
OD
Ln
r
CO
11j
C
r
CO
LIi
r
r
N
co
~
r
r
r
(I]
co
N
N
N
E
M
0
N M
N OM
N N
r O
N N
N N
� N
O
r
N
N
N
CO
illr2
N
M
-N
NO(DMO:
r
co
LO
cq
N
N
U-
H
I-
�r
Go
rCO
r
N
N
F-
Mor�t
O
N
`
C
r
r
N
M
N
0
CD
0)
N
CSf
N M
co
H
U
Cn
r
OD
Ln
N
61
r
N
N
N
~
r
r
CO
N
N
N
N
E
M
0
N M
N OM
N N
r O
N N
N N
� N
N
CA(OLMO
1
N
CO
r
N
M
NO(DMO:
r
co
LO
cq
N
N
N
U-
H
I-
Go
rCO
r
N
N
H
C
O
N
(CI
N
~�NN
LO
C*4
0)
N
CSf
H
U
Cn
O
Y
U
N
r
CO
N
N
N
E
M
0
N M
N OM
N N
r O
N N
N N
� N
2
d1
r
1
r
r
N
M
NO(DMO:
r
N
M
H
rCO
NN
C9
LA
C
(CI
~�NN
L
CSf
U
Cn
O
Y
U
N
r
CO
N
N
Cnl
2
d1
r
•10 Hutchins Street Square
Landscape Exhibit
Legend 0 25 50 100
v
UCP Maintained Areas Feet
HOW
EXHIBIT
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 Reauirements for Most Contracts
[Not construction or reg uirina Pro€essiona l_IiabiIit],
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
$1,000,000 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 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; 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 ther� oiect
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 Chancle in Covera a 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 11 of 2 pages ! 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 (1 st) 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. 2022-148
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE CONTRACTS FOR FISCAL YEAR 2021/22
WITH UNITED CEREBRAL PALSY OF SAN JOAQUIN, AMADOR, AND
CALAVERAS COUNTIES, OF STOCKTON, FOR DOWNTOWN CLEANING,
TRANSIT FACILITY CLEANING, AND HUTCHINS STREET SQUARE
LANDSCAPE MAINTENANCE
WHEREAS, staff is proposing to contract with UCP for downtown cleaning, transit facility
cleaning, and Hutchins Street Square landscape maintenance; and
WHEREAS, the downtown area addresses street furniture, trash, litter, spills, and leaf
removal; the transit facility cleaning addresses the grounds surrounding Lodi Transit Station, the
Lodi Transit Station Parking Structure, and sheltered bus stops; and work at Hutchins Street
Square includes weekly landscape maintenance, such as weeding, shrub trimming, and debris
removal; and
WHEREAS, the program includes transportation and direct supervision for the crew at
the following hourly rates:
Downtown Cleaning
Transit Facility Cleanir
Hutchins Street Sauare Lan
2022
2023
$85.26
$90.62
$78.82
$82.84
$84.13
$89.49
WHEREAS, per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process
may be dispensed when the City Council determines that the purchase or method of purchase
is in the best interests of the City; and
WHEREAS, staff recommends authorizing the City Manager to execute contracts for
Fiscal Year 2022/23 with United Cerebral Palsy of San Joaquin, Amador, and Calaveras
Counties, of Stockton, for downtown cleaning in the amount of $87,599, transit facility cleaning
in the amount of $65,418, and Hutchins Street Square landscape maintenance in the amount of
$22,811; and
WHEREAS, staff also recommends waiving the method of receiving competitive bids
since it is advantageous for the City to receive this service at a very competitive price.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute contracts for Fiscal Year 2022/23 with United Cerebral
Palsy of San Joaquin, Amador, and Calaveras Counties, of Stockton, California, for downtown
cleaning in the amount of $87,599, transit facility cleaning in the amount of $65,418, and
Hutchins Street Square landscape maintenance in the amount of $22,811; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby waive the method
of receiving competitive bids since it is advantageous for the City to receive this service at a
very competitive price; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution 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 15, 2022
I hereby certify that Resolution No. 2022-148 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 15, 2022 by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2022-148