HomeMy WebLinkAboutAgenda Report - March 20, 2013 C-12AGENDA ITEM 0 1 #L
CITY OF LODICOUNCIL COMMUNICATIONaoa
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement for Purchase and Installation of Alerton Energy Management System
for Carnegie Forum with Sole Supplier L & H Airco, of Roseville ($117,950) and
Appropriating Funds ($130,000)
MEETING DATE:
PREPARED BY:
March 20, 2013
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute professional
services agreement for purchase and installation of Alerton Energy
Management System for Carnegie Forum with sole supplier
L & H Airco, of Roseville, in the amount of $117,950, and appropriating funds in the amount of $130,000.
BACKGROUND INFORMATION: The climate control system in the Carnegie Forum was installed
during the mid 1990's. The now -outdated, pneumatic (air pressure)
controls are becoming unreliable and parts are no longer available.
Recently, more frequent climate control problems (primarily in the Council Chambers) have been occurring.
A system engineering analysis of the air handling unit serving the Council Chambers was conducted in
November 2012. The analysis determined the HVAC system is in generally good condition, however,
limitations associated with the system's outdated controls are contributing to imbalanced cooling and
heating in the entire first floor, including the Council Chambers. Staff recommends the existing controls
system be replaced with an Alerton Energy Management System (EMS).
The Alerton EMS includes features that allow L & H Airco (the sole supplier of Alerton systems for
northern California) to remotely monitor and troubleshoot City systems. These services are covered
through an existing annual service contract. Utilizing the Alerton EMS at Carnegie Forum maintains
standardized EMS operations amongst multiple City facilities.
Alerton EMS has been installed on other recently -constructed and/or remodeled City buildings (City Hall,
Police Facility, and Fire Station No. 4) and allows the climate control systems to be electronically
controlled. The Alerton system is the only system that can be tied to the City's existing central EMS
system and software.,
Whereas, Lodi Municipal Code Section 3.20.070 authorizes dispensing with bids for purchase of supplies,
services or equipment when it is in the best interest of the City to do so, staff recommends that Council
authorize the City Manager to execute a professional services agreement for the purchase and installation
of the Alerton EMS controls system and related modifications to Carnegie Forum with the local area
manufacturer's representative, L & H Airco. The estimated total cost is $117,950. Funding for this project
was not included in the Fiscal Year 2012/13 budget.
It is anticipated the work to install the Alerton EMS system will take approximately 45 calendar days from
notice to proceed.
APPROVED: r Al
Konradt Bartlam, City Manager
KAW13TROJECTSVISMCity Hall HVAMCAward carnegie controls.doc
3/6/2013
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement for Purchase
and Installation of Alerton Energy Management System for Carnegie Forum with Sole Supplier L & H
Airco, of Roseville ($117,950) and Appropriating Funds ($130,000)
March 20, 2013
Page 2
FISCAL IMPACT: Replacing the existing HVAC controls with state-of-the-art equipment and
EMS will save operational and energy costs currently associated with the
outdated, failing HVAC controls. The proposed upgrades are expected to
save approximately 70,000 kWh of electricity annually. At the current electric rate, the City will save over
$7,000 per year for heating and cooling the Carnegie Forum. Having the EMS provided and installed by
the area manufacturer's representative will expedite the installation schedule.
FUNDING AVAILABLE: Public Benefits Fund (164605) will provide $100,000 of the necessary
funding.
Requested Appropriation:
General Fund Capital Outlay (1211044) $130,000
Jordan Ayers
Deputy City Manager/Internal Services Director
F. al y Undelin
Public Works Director
Prepared Charlie Swimley, City Engineer/Deputy Public Works Director
FWS/CES/prof
cc: John Munoz, Facilities Supervisor
Charlie Swimley, City Engineer/Deputy Public Works Director
KAMTROJECTSWIISMCity Hall HVAMCAward_carnegie controls.doc 3/6/2013
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2013,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and
L & H AIRCO (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 Purchase and
Installation of Alerton Energy Management System for Carnegie Forum, 305 West Pine
Street (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
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
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 April 1, 2013 and terminates upon
the completion of the Scope of Services or on August 1, 2013, 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 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
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), 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 of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Reauirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
4
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Charlie Swimley, Deputy PW Director/City Engineer
To CONTRACTOR: L & H Airco
2530 Warren Drive
Rocklin, CA 95677
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
5
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 Confidentialitv
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
6
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authoritv
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 apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: CONTRACTOR:L & H AIRCO
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By:
`,--
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:12110"
(Business Unit & Account No.)
Doc ID:WP\Projects\PSAs\L&H Airco CamegieForum
CA:rev.01.2012
8
By: _
Name:
Title:
Alerton Controls Proposal
Exhibt A/B
M1 AIRCO
2530 WARREN DRIVE
ROCKLIN, CA 95677
MAIN (916) 677-1000
SERVICE (916)677-1010
FAX (916)677-1111
WW 1,1, i-HAIRCO COM
DATE:
2/27/2013
QUOTE:
1509SR
PROJECT:
Carnegie Forum
LOCATION:
Lodi
TO:
John Munoz
PHONE:
209 333-6800 ext 2692
EMAIL:
'munoz lodi. ov
FAX:
209 333-6710
We propose to replace the existing Novar Controls and existing pneumatic controls with a new Alerton
BACtalk control system. All Labor priced normal business hours 5:00am to 5:00pm, Monday through
Friday.
DESCRIPTION TO INCLUDE:
• Demo existing Novar Global Controller Enclosure
• Install new Alerton BACtalk Global Controller, BCM- PWS and BCM- ETH
• Demo existing Novar field devices in AHU 4,5,and 6
• Install new BACtalk VLC- 853 field devices in AHU 45, and 6
• Install new Supply, Return, and Mixed Air Sensors AHU 1,2,3,4,5, and 6
• Install new Filter DP controls in AHU 1,2,3,4,5, and 6
• Install new BACtalk VLC- 1188 field devices in Nema cans AHU 1,2, and 3
• Install new Current Sensors on all Supply and Return Fans for fan status
• Install new CO2 sensor in space one per AHU-2 Council Chambers
• Install new Economizer and Exhaust Actuators for AHU 1,2,and 3
• Install new Chilled Water Valves and Hot Water Valves AHU 1,2, and 3
• Install new (6) total Chilled Water and Hot Water Circuit Setters on AHU-1, 2, & 3
• Install new Mixing Valve at Boiler Bypass line
• Insulation repair included
• Demo existing Pneumatic Control Panel that controls, AHU 1,2,3, Chiller, and Boiler Systems
• Install new BACtalk VLC- 1188 field device to control Chiller and Chilled Water Pump
• Install new BACtalk VLC-853 field device to control Boiler, Hot Water Pump and Mixing Valve
• Install new Microtouch thermostats and move to ADA height for AHU 1,2,3,4,5 and 6
• Custom L&H Airco Programming
• Custom L&H Airco Engineered Asbuilt drawings for L&H Airco and City of Lodi's job binders
• Custom L&H Airco system graphics, displays, templates, and site plans
• Custom L&H Airco startup, check, test of new system
• Install roof jack and repair vinyl roof
• Unit performance testing to include total airflows and temperatures after water balancing is complete
• Hydronic Balance & Unit Performance Verification of AHU-1, 2, 3, 4, 5, & 6
• AABC Certified Report
• RS Analysis Scope of Work Add:
• Complete HVAC Survey of AHU-1 & 2
• Fan performance profile (total supply, return, & outside air CFM, rated and operating amperage,
voltage, and fan motor RPM, static pressure profile)
• Readings at all associated grilles and diffusers
• Single line color CAD drawings showing all test and stat locations
• Assistance with evaluating test data and recommendations for improved performance
• Complete HVAC air balance of AHU-1, 2, & 3
ENERGY MANAGEMENT LIGHTING CONTROLS AIR PURIFICATION PARTS & SERVICE
SACRAMENTO FRESNO SAN DIEGO
9PD11 /CIRCO
2530 WARREN DRIVE
ROCKLIN, CA 95677
MAIN (916) 67 7-1000
• Fan performance profile (total supply, return, & outside air CFM, rated and operating amperage;' �E (916) 677-1010
AK (916)6`77-1111
voltage, and fan motor RPM, static pressure profile) \,„Wtiv L�A,R« Com
• Adjustments at all associated grilles and diffusers
• Single line color CAD drawings showing all test and stat locations
• Coil clean Chilled Water and Hot Water Coils AHU-1, 2, and 3
EXCLUSIONS:
• Any work done outside of the scope of work outlined above will be done at our standard rate of $105.00
per hour plus the cost of materials with customers prior approval.
• Performance Bonds and Building Permits
• Asbestos and Lead Abatement
• Replacement of Ceiling Tiles and Drywall repair
• Air balance inlets and outlets of AHU-4, 5, & 6
• Coil cleaning of AHU-4, 5, and 6
• Any work with fire smoke dampers and smoke detectors
• Any work with motors, magstarters and service disconnects
• City's network wiring, components, cabling, and Ethernet drops
• Changes or additions to duct work or balancing devices
• Filters or filter installation
• Piping pressure test
• Cleaning strainers
• Replacing sheaves and belts
• Replacing condensates, pans, new shutoff valves, circuit setters on AHU-4, 5, & 6, isolation valves.
Total Price: 1 $117,950.00
Presented By: _ Kevin Bender Accepted By:
Title: Customer Service Rep Title:
Date
Date:
California License #591093 C-7, C-20, C-10 Signature:
See Attached Terms and Conditions
ENERGY MANAGEMENT LIGHTING CONTROLS AIR PURIFICATION PARTS & SERVICE
SACRAMENTO FRESNO SAN DIEGO
EXHIBIT C
E�O)X'I'v
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Ea. Occurrence
$2,000,000 Aggregate
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
NOTE: 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.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of therp olect that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractors policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 070 04, will be provided to the City of Lodi.
(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.
(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 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Workers Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. 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 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
1. AA#
2. JV#
�EQUE�T
FUND #
BUS. UNIT # ACCOUNT
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
7F:wce
1211 4210ransfers In
100 000.00
1211 3205
30 000.00
164 164605 8098 Public Benefits Program
100.000.00
B.
USE OF
FINANCING
1211 1211044 1825.2250 Carne ie HVAC
130 000.00
164 4220.0000 Operating Transfers Out
100 000.00
provide a description of the project, the total cost of the project, as well as justification for the
ed adjustment. If you need more space, use an additional sheet and attach to this form.
ional services agreement for installation of Alerton Energy Management System for Carnegie Forum with L&H Airco
by Public Benefits Program ($100,000) and General Fund Capital ($30,000).
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: / Res No: e Attach copy of resolution to this form.
Department Head Signature:
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format,
RESOLUTION NO. 2013-39
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE CONTRACT FOR PURCHASE AND
INSTALLATION OF ENERGY MANAGEMENT SYSTEM WITH SOLE
SUPPLIER AND FURTHER APPROPRIATING FUNDS
WHEREAS, the climate control system in the Carnegie Forum has become unreliable
and replacement parts are no longer available; and
WHEREAS, a system engineering analysis conducted in November 2012 determined
limitations associated with the system's outdated controls are contributing to imbalanced cooling
and heating in the entire first floor, including the Council Chambers; and
WHEREAS, staff recommends replacing the controls system with an Alerton Energy
Management System (EMS), which includes features that allow remote monitoring and
troubleshooting. These services are covered through an existing annual service contract; and
WHEREAS, the Alerton EMS has been installed on other recently -constructed and/or
remodeled City buildings and is the only system that can be tied to the City's existing central
EMS system and software; and
WHEREAS, L & H Airco, of Roseville, California, is the sole supplier of Alerton systems
for northern California; and
WHEREAS, Lodi Municipal Code Section 3.20.070 authorizes dispensing with bids for
purchase of supplies, services, or equipment when it is in the best interest of the City to do so.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement in the amount of
$117,950, with L & H Airco, of Roseville, California, as the sole source supplier, for the
purchase and installation of an Alerton Energy Management System for Carnegie Forum; and
BE IT FURTHER RESOLVED that the City Council does hereby appropriate funds for
this project in the amount of $130,000 from General Fund Capital Outlay.
Dated: March 20, 2013
I hereby certify that Resolution No. 2013-39 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 20, 2013, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN
COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
COUNCIL MEMBERS — None
COUNCIL MEMBERS — Non
COUNCIL MEMBERS — Non
2013-39