HomeMy WebLinkAboutAgenda Report - April 19, 2023 C-05CITY OF
1
4
CALIFORNIA
AGENDA ITEM
C- 5
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement
with Diede Construction, Inc., of Woodbridge, for Operations and Maintenance Services of
Central Plume PCE/TCE Remedial Sites ($185,100), and Appropriating Funds ($185,100)
MEETING DATE: April 19, 2023
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services
Agreement with Diede Construction, Inc., of Woodbridge, for operations and
maintenance services of Central Plume PCE/TCE remedial sites, in the
amount of $185,100, and appropriating funds in the amount of $185,100.
BACKGROUND INFORMATION: The City currently has one operating Central Plume PCE/TCE cleanup site,
located at 531 South Church Street (Site No. 2). Site No. 1 located at 211
West Oak Street was abandoned in 2021 after the cleanup effort at the site
was completed. Site No. 2 was completed in 2018 and continues to perform groundwater cleanup operations.
Recent testing has indicated that the clean up effort at this location is nearly complete. Staff will be working with
the State on the closing plan in the near future.
Diede Construction, Inc., of Woodbridge, has been in contract with the City since 2011 to operate, perform
maintenance, collect monthly samples to be analyzed, replace spent granular activated carbon (GAC) in the
treatment units, and perform other related duties as specified in the service agreement at Site No. 2. The
proposed Professional Services Agreement includes estimated labor and material costs allowance ($100,000) for
unforeseen repairs, which are not part of the normal operation and maintenance of the units. The allowance will
only be used as needed.
Staff recommends authorizing City Manager to execute Professional Services Agreement with Diede
Construction, Inc., of Woodbridge, for operations and maintenance services of Central Plume PCE/TCE remedial
sites, in the amount of $185,100, and appropriating funds in the amount of $185,100.
FISCAL IMPACT: Capital and Operations funding for these facilities was anticipated in the current
water rate. This project does not impact the General Fund.
FUNDING AVAILABLE: Requested Appropriation:
/n�,
Central Plume Settlement Funds (59099000.77020): $185,100
l
Andrew Keys
Deputy City Manager/Internal Services Director
(�,p
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/cd
Attachment
cc: Utility Superintendent Public Works Management Analyst
Senior Civil Engineer, Nathan Diede Construction
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\WATER\PCE,TCE\Central\Monitoring PSA\C_Central Plume OM 2023 PSA.doc 415/2023
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2023, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DIEDE
CONSTRUCTION, INC., a California corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Central Plume
Year Thirteen operation, maintenance, sampling and reporting services, as required by
the Regional Water Quality Control Board (hereinafter "Project") as set forth in the Scope
of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified
to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on June 1, 2023 and terminates upon
the completion of the Scope of Services or on May 31, 2024, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Re istration —Labor Code 1725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.5 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.6 SAB 626) Public Contract Code Section 9204 — Public Works Project
Contract Dispute Resolution Procedure
3
Section 9204 of the California Public Contract Code (the "Code") provides a
claim resolution process for "Public Works Project" contracts, as defined, which is
hereby incorporated by this reference, and summarized in the following:
Definitions:
"Claim" means a separate demand by a contractor sent by registered mail or certified
mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or
penalties for delay assessed by the City under a contract for a Public Works Project.
(B) Payment of money or damages arising from work done by, or on behalf
of, a contractor pursuant to a contract for a Public Works Project and payment for which
is not otherwise expressly provided or to which a claimant is not otherwise entitled.
(C) Payment of an amount that is disputed by the City.
"Public Works Project" means the erection, construction, alteration, repair, or
improvement of any public structure, building, road, or other public improvement of any
kind.
Claim Resolution Process:
(1) All Claims must be properly submitted pursuant to the Code and include
reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will
conduct a reasonable review, and within a period not to exceed 45 days, will provide the
claimant a written statement identifying the disputed and undisputed portions of the
Claim. The City and contractor may, by mutual agreement, extend the time periods in
which to review and respond to a Claim. If the City fails to issue a written statement,
paragraph (3) applies.
Any payment due on a portion of the Claim deemed not in dispute by the City will
be processed and made within 60 days after the City issues its written statement.
(2) If the claimant disputes the City's response, or if the City fails to respond
to a Claim within the time prescribed in the Code, the claimant may demand in writing,
by registered mail or certified mail, return receipt requested, an informal conference to
meet and confer for settlement of the issues in dispute, which will be conducted within
30 days of receipt.
If the Claim or any portion thereof remains in dispute after the meet and confer
conference, the City will provide the claimant a written statement, within 10 business
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
4
forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a
civil action or binding arbitration, as applicable.
(3) A Claim that is not responded to within the time requirements set forth in
the Code is deemed rejected in its entirety. A Claim that is denied by reason of such
failure does not constitute an adverse finding with regard to the merits of the Claim or
the responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by the Code will bear
interest at 7 percent per annum.
(5) Subcontractors or lower tier subcontractors that lack legal standing or
privity of contract to assert a Claim directly against the City, may request in writing, on
their behalf or the behalf of a lower tier subcontractor, that the contractor present a
Claim to the City for work performed by the subcontractor or lower tier subcontractor.
The request shall be accompanied by reasonable documentation to support the Claim.
Within 45 days of receipt of such written request, the contractor shall notify the
subcontractor in writing as to whether the contractor presented the Claim to the City and,
if the original contractor did not present the Claim, provide the subcontractor with a
statement of the reasons for not having done so.
The Claim resolution procedures and timelines set forth in the Code are in
addition to any other change order, claim, and dispute resolution procedures and
requirements set forth in the City contract documents, to the extent that they are not in
conflict with the timeframes and procedures the Code.
Section 3.7 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
5
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the detense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
6
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Lyman Chang
To CONTRACTOR: Diede Construction, Inc.
P.O. Box 1007
Woodbridge, CA 95259
Attn: Brett Diede
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
7
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
8
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 Sever
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
9
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:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
DIEDE CONSTRUCTION, INC., a California
corporation
Bv:
Name: STEVEN L. DIEDE
Title: President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: PWWA-0040.Const.ExtLabor 59099000.77020
(Business Unit & Account No.)
Doc ID:
file:///\\cvcfilv02\pubwks$\WP\PROJ ECTS\PSA's\2022\Diede\Diede%20Centra1%20PIume%20Year%2012%
20PSA.doc
CA:Rev.02.2017
10
Exhibit A
Permits, Certificates, Laws and Ordinances The Contractor and all subcontractors shall have
a valid State Contractor's license issued by the State of California and registered with DIR and
at their own expense procure all permits, certificates and licenses required of them for the
execution of their work. They shall comply with all federal, state or local laws, agencies,
ordinances or rules and regulations relating to the performance of the work. Reference is made
to the State of California Department of Water Resources Bulletins No. 74 and 74-5.
The Contractor shall be responsible for furnishing all tests, and filing of the logs as required by
law except as noted in these Special Provisions.
Operations And Maintenance
This item shall include all appropriate labor, materials, tools, and equipment to provide operation
and maintenance to the TCE/PCE groundwater extraction site at the following location:
1. 531 S Church Street — Bi -monthly visit
The work shall include but not limited to the followings:
Prepare reports and recommend changes to system operations
Evaluate performance and effectiveness of system
Compliance with policies and regulations
Interpretation of process monitoring data
Verification that discharge standards are being achieved
Compare design parameters with actual parameters
Collection and reporting of accurate and reliable data
Review and record changes to process monitoring
Furnish and change out filter bags
Check system operation and clear alarms
Check for leaks in the treatment system
Collect and analysis of samples from groundwater treatment system
Change GAC lead/lag plumbing connections
Check site enclosure for damages or tampering and perform minor repair
Keep treatment site clean and remove trash from site
Check sump pump operation and clean sump if necessary
Check electrical component for proper operation of the site
Check all gauges for proper operation
The (per month) fee for Operation and Maintenance shall be based upon providing the above
mentioned tasks as required, and no additional compensation will be allowed.
Groundwater Sampling and Analysis
The contractor shall provide all labor, materials, tools and equipment to gather, package,
transport, analyze, properly dispose of, and provide report of results for each groundwater
treatment system sample. The samples shall be tested as per method 8260B at an approved
laboratory. Typically a grouping of:
1 influent and effluent sample per month
will be taken during a M&O visit. The number of samples is an estimate and may change as
required by the engineer or other controlling agencies. Whether the sample gathering coincides
Central Plume Year 13 OM 2023 ExA 1 03/27/23
with M&O visits or is accomplished by the same personnel is up to the economies of the
Contractor. The contract price paid for sampling and analysis shall be considered as included in
the price paid for Operation and Maintenance and shall include shall include full compensation
for doing all the work defined above and no additional compensation will be allowed.
Provide Analylical Results and Field Measurements to En ineer
As detailed in the M&O Manuals for the Ground Water Extraction (GWE) unit, the Contractor shall
provide field data and measurements, and sample analysis results to the City's consulting
engineer, Civil Hydro Tech. At this point, the information may be transmitted by hard copy or
electronically; no specialized computer programs will be required to process and deliver the
results.
The contract price paid for each (monthly) transmittal of analytical results and field measurements
shall be considered as included in the price paid for Operation and Maintenance and shall include
full compensation for providing all labor, materials, tools and equipment and no additional
compensation will be allowed.
Utilities — information ❑nl
Electrical, sewer, storm drain, natural gas, telephone and other related monthly utility charges
that may be applicable to the operation of the GWE unit will be paid directly by the City.
Granular Activated Carbon (GAC)(Liquid Phase)
The Contractor shall provide a price per pound for GAC for the liquid phase treatment unit.
Typically, the liquid phase change out of spent carbon will be for one (1) 2,000 pound vessel
(Church & Tokay site) at a time. Several "change outs" may be required in the a year.
The contract price paid per pound for GAC (liquid phase) shall include all labor, materials, tools,
equipment, replacement carbon (GAC), documentation of and proper disposal of or regeneration
of spent carbon, transportation to change out spent carbon, and supply new or regenerated GAC
matching the specifications of the engineer and no additional compensation will be allowed.
Non -Routine Maintenance and Repairs
Non -routine maintenance shall be defined as mechanical, electrical or site repairs that are not
covered by items or sections in the M&O Manual. The Contractor shall provide to the City, on an
approved call out basis, appropriately trained craftsmen to assess the repairs required, determine
the most advantageous method to complete the work, and then report back to the Contractor and
the City for approval and direction. There are no minimum hours on call outs, and billable hours
are only hours on the job and do not include travel time as billable hours. The amount paid shall
be equal to the prevailing wage rate for the category of labor, burden, direct cost of parts
and/or materials used, sales tax; and a total 15% markup.
The 40 hours labor charge and $100,000 material cost shown on the proposal are estimated
amount and contractor will be paid by the actual work billed.
The contract price paid (per hour) for non -routine maintenance and repairs shall include full
compensation for furnishing all labor, tools, and equipment required to assess the needed repairs,
make the repairs, if possible, and or record a course of action for repairs, and no further
compensation will be allowed.
Central Plume Year 13 OM 2023 ExA 2 03/27/23
Subcontractor List
Operations, Maintenance, Sampling and Reporting:
WGR Southwest, Inc.
11780 N Hwy. 99
Lodi, CA 95240
Granular Activated Carbon:
Baker Corp
2700 California Avenue
Pittsburg, CA 94565
Central Plume Year 13 OM 2023 ExA 3 03/27123
Central Plume Year 13 2023 Exhibit B
Diede Construction Inc
1
Insurance
1
LS
$ 16,300.00
$ 16,300.00
2
Church & Tokay Operation and Maintenance
12
MONTH
$ 1,600.00
$ 19,200.00
3
:Sample Analysis
36
SAMPLE
$ 350.00
$ 12,600.00
4
Reporting
12
MONTH
$ 1,300.00
$ 15,600.00
5
Non -Routine Service (Labor Only)
40
HR
$ 210.00
$ 8,400.00
6
Non -Routine Service (Material), Estimated Allowance
1
ALLOW
$ 100,000.00
$ 100,000.00
7
Granular Activated Carbon
2000
LBS
$ 6.50
$ 13,000.00
- 1e of
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 Contractor
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 $5,000,000 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.
4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limits not less than
$5,000,000 per occurrence or claim.
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 the
rp 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 1 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 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) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date
prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5)
years after completion of contract work.
(m) 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
Capital Improvement Program - Maintenance
FY 2022-2023
Maintenance Project Title:
PCE IRM Remedial Measures
IMunis Project Code:
PWWA-0040
#99
Section (:Description
District Nos:
Citywide Project Length
Priority
PCE IRM Remedial Measures (carried forward from prior year).
Justification/factor driving project
Additional Information
$253,168 (Const. Ext Labor) was carried forward.
Section II
Estimated Project Costs
Expenditure
Prior Years
FY 21122
FY 22123
FY 23124 FY 24125 FY 25126
FY 26127 Future Yrs
Total
Estimate
Budget
Contracts
$ 479,357
$ 749,796
$ 185,100
N/A
$
1,414,253
$ -
N/A
$
-
$ -
N/A
$
-
$ -
N/A
$
-
Total Capital Costs
$ 479,357
$ 749,796
$ 185,100
$ - $ - $ -
NIA
$
1,414,253
Section III
Funding Sources/Methods of Financing
Funding Source(s)
Prior Years
FY 21122
FY 22123
FY 23124 FY 24125 FY 25126
FY 26127 Future Yrs
Total
Estimate
Budget
590 - Central Plume
$ 479,357
$ 749,796
$ 185,100
N/A
$
1,414,253
$ -
N/A
$
-
$ -
N/A
$
-
$ -
N/A
$
-
Total Project Financing
$ 479,357
$ 749,796
$ 185,100
$ - $ - $ -
NIA
$
1,414,253
RESOLUTION NO. 2023-71
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH DIEDE CONSTRUCTION, INC.,
OF WOODBRIDGE, FOR OPERATIONS AND MAINTENANCE
SERVICES OF CENTRAL PLUME PCE/TCE REMEDIAL SITES;
AND FURTHER APPROPRIATING FUNDS
WHEREAS, the City currently has one operating Central Plume PCE/TCE cleanup site,
located at 531 South Church Street (Site No. 2) which was completed in 2018 and continues to
perform groundwater cleanup operations; and
WHEREAS, Diede Construction, Inc., of Woodbridge, has been in contract with the City
since 2011 to operate, perform maintenance, collect monthly samples to be analyzed, replace
spent granular activated carbon (GAC) in the treatment units, and perform other related duties
as specified in the service agreement at Site No. 2; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Diede Construction, Inc., of Woodbridge, for operations and
maintenance services of Central Plume PCE/TCE remedial sites, in the amount of $185,100;
and
WHEREAS, staff further recommends appropriating funds in the amount of $185,100 to
Central Plume Settlement Funds (59099000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Diede Construction, Inc., of Woodbridge, California, for operations and maintenance services of
Central Plume PCE/TCE remedial sites, in the amount of $185,100; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $185,100 to Central Plume Settlement Funds (59099000.77020); 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: April 19, 2023
I hereby certify that Resolution No. 2023-71 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 19, 2023 by the following votes:
AYES:
COUNCIL MEMBERS — Bregman, Craig, Nakanishi, and Yepez
NOES:
COUNCIL MEMBERS — None
ABSENT:
COUNCIL MEMBERS — Mayor Hothi
ABSTAIN:
COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2023-71