Loading...
HomeMy WebLinkAboutAgenda Report - March 16, 2016 C-10TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-io AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with R. F. MacDonald Co., of Modesto, for Boiler Inspection, Cleaning, and Repair at White Slough Water Pollution Control Facility ($12,725) MEETING DATE: March 16, 2016 PREPARED BY: Interim Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with R. F. MacDonald Co., of Modesto, for boiler inspection, cleaning, and repair at White Slough Water Pollution Control Facility, in the amount of $12,725. BACKGROUND INFORMATION: R. F. MacDonald Co. entered into a Professional Services Agreement with the City on May 29, 2013, for inspection, cleaning, and repair of the boilers at White Slough Water Pollution Water Pollution Control Facility, in the amount of $44,715. In December 2014, the contract was extended to June 30, 2015. The remaining encumbrance is $8,510.75. Staff mistakenly requested work to be performed after the contract expiration date. The value of work performed between June 30, 2015 and July 31, 2015 is $7,300. This amount represents work that was performed outside the contract terms and has not been paid to the contractor. While performing the repairs referenced above, it was determined that additional work was needed to place the boiler into service. Sufficient funding remains encumbered to pay for the work performed after the contract expiration date, however, an amendment increasing the amount to pay for the additional repairs not yet performed is necessary. Staff is requesting to amend the Professional Services Agreement to increase the funds by $12,725 and extend the term of the agreement to June 30, 2016, to allow for R. F. MacDonald Co. to complete the necessary work. FISCAL IMPACT: FUNDING AVAILABLE: This expenditure is necessary to perform required maintenance on this element of the wastewater treatment system. Wastewater Plant Operating Fund (53053003.77030) Jordan Ayers Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Interim Public Works Director Prepared by Karen D. Honer, Wastewater Plant Superintendent CES/KDH/tdb Attachment •w APPROVED: 1 �' e ,e►3:- er ty Manager K:\WP\COUNCIL\2016\CC RFMacDonald Ext.doc 3/3/16 AMENDMENT NO. 1 R. F. MACDONALD CO. BOILER INSPECTION, CLEANING, AND REPAIR AT WHITE SLOUGH WATER POLLUTION CONTROL FACILITY THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, made and entered this day of . 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and R. F. MACDONALD CO. (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on May 29, 2013 and Contract Extension Agreement on December 10, 2014 (collectively the "Agreement"), set forth in Exhibit 1; and 2. WHEREAS, CITY requested to amend said Agreement to expand the scope of service and fees, as set forth in Exhibit 2; and 3. WHEREAS, CITY requested to amend said Agreement to extend the term of the Agreement to June 30, 2016; and 4. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement to include the scope of services and fees as set forth in the Exhibit 2, and extend the term of the Agreement to June 30, 2016. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on 2016. CITY OF LODI, a municipal corporation R. F. MACDONALD CO. Hereinabove called "CITY" Hereinabove called "CONTRACTOR" STEPHEN SCHWABAUER SEAN SKILE City Manager General Manager Attest: JENNIFER M. FERRAIOLO, City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney Exhibit 1 CONTRACT EXTENSION AGREEMENT R. F. MACDONALD COMPANY BOILER INSPECTION, CLEANING AND REPAIR AT THE WHITE SLOUGH WATER POLLUTION CONTROL FACILITY THIS CONTRACT EXTENSION AGREEMENT, made and effective this day of June, 2014, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and R. F. MACDONALD COMPANY, hereinafter called "Contractor." WITNESSETH: 1. CONTRACT: Contractor and City, entered into a Professional Services Agreement for Boiler Inspection, Cleaning and Repair at the White Slough Water Pollution Control Facility on May 29, 2013. 2 TERM AND TERMS: The term of this Contract Extension Agreement shall commence immediately and terminate June 30, 2015. All other terms and conditions will remain as set forth in the Professional Services Agreement for Boiler Inspection, Cleaning and Repair at the White Slough Water Pollution Control Facility, attached hereto as Exhibit 1 and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "City" By: F. WALLSANDELIN Public Works Director Attest: Ap NNIFE"i . 'OBISON, City Clerk ved as to Form: JANICE MAGDICH, City Attorney R. F. MACDONALD COMPANY hereinabove called "Contractor" k Sti(a By: it/13fil Title: 64,1 rrawistc AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties ,�/� THIS AGREEMENT is entered into on 1 1 I Q91 Loa( Exhibit 1 , 2013, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and R. F. MACDONALD COMPANY (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 Boiler Inspection, Cleaning and Repair at the White Slough Water Pollution Control Facility (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. 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-11 The term of this Agreement commences on, 2013 and terminates upon the completion of the Scope of Services or on, 2014, whichever occurs first. 462st 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 perforrraance 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 Coundl, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. 4 Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or ovemight 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: Karen Honer To CONTRACTOR: R. F. MacDonald Company 1549 Cummins Drive Modesto, CA 95358 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 conceming 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 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 shalt 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 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 0 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: RANDI''JC City Clerk CITY OF LODI, a municipal corporation KON DT BARTiAM, City Manager APPROVED AS TO FORM: CONTRACTORR. F. MacDonald D. STEPHEN SCHWABAUER, City Attorney JANICE D. MAGDICH, Deputy City Attorney By: 491PipBy: • Name: Title: Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - insurance Requirements Funding Source:171493 (Business Unit & Account No.) Doc ID;WP1ProjectsTSAs1RFMacDonald CA;rev 0L2012 8 S S ktlQ Ct-eNu '( 0440C Exhibit "" 1 �B.F.Macoonatdcu. iWei & pup sofu4ions team • 04. N %N ^ City of Lodi. Quote CL-AM04162012 April 16, 2012 Page 2 of 8 It is important to note that AECP customers will have priority on emergency service calls. ASSURED EFFICIENCY/COMPLIANCE PLAN FOR ANNUAL BOILER EFFICIENCY AND PLANT SERVICES SECTION I includes complete annual boiler cleaning and inspection to clean heat transfer surfaces for maximum efficiency. SECTION II includes complete periodic preventative maintenance services and fine-tuning to factory specifications for absolute maximum combustion efficiency. • The attached Section I and lI reports forms are completed as applicable by our service personnel on completion of the inspections and submitted for your permanent records. • This contract is not transferable. • This contract is available for renewal from year to year. A new contract will be submitted by R.F. MacDonald Co. prior to the due date of the next annual renewal fee. • This contract does not include the furnishing of repair or replacement parts or any other material that may fail or require replacement due to normal wear and tear except as noted. (15% Preferred Customer Discount on Parts). • Any calls in addition to those included in the AECP contract at the request of the owner or his agent shall be billed and paid for at the standard service rate of R.F. MacDonald Co. 1549 Cummins Drive, Modesto, CA 95358, Phone: 209.576.0726, Fax 209.576.1312 www.rtmacdonald.com 111 Mia! Co. your boiler & pump solutions team City of Lodi. Quote CL-AM04162012 April 16, 2012 Page 3 of 8 SECTION I COMPLETE BOILER CLEANING AND INSPECTION SERVICE R.F. MacDonald Co. agrees to provide all labor and tools to perform the following work annually. • Open, clean and brush fireside tubes of boiler with mu power equipment, clean furnace and wire wheel rear tube sheet as required. • Open, clean and inspect low water cut-off assemblies and piping inspection plugs. Replace w/ bull plugs if needed. Flush water column, control line and waterside removing loose scale, mud and debris. (Recommend waterside cleaning at additional cost if hard and/or excessive scale is present.) • Check MacDonnell and Miller float controls for wear (M&M recommends head replacement every 5 years regardless of condition of unit. (Not included, quoted separately) • Check for globe valves and proper drain piping on all column blow down lines. • Check for Mercury switches and replace at customers discretion. Additional PO or authorization required • Check for proper code stamping. • Clean and rebuild Penberthy high pressure sight glasses if equipped and dirty. • Remove Warrick probes, if equipped, clean, inspect high temp wire for wear and check for proper operation. • Check blow down valves and piping for wear. • Replace gauge glass and gauge glass valves on water column if required. (Does not include Penberthy sight glasses) • Replace tri -cock valves or replace with plugs at customers discretion. • Inspect refractory, point up (seal cracks) and wash -coat all refractory surfaces. • Paint all hand hole plates and man way plate with CIeaver Brooks high temp aluminum paint. • Fill unit and test for leaks. • Check safety relief devices for correct application and setting, operation and wear. (RF MacDonald Co recommends replacing/overhauling safety relief valves annually.) 1549 Cummins Drive, Modesto, CA 95358, Phone: 209.578.0728, Fax: 209.578.1312 www.rfmaodonald.com R.E MacDonald Ca your boils/ it pump solutions team City of Lodi. Quote CL.AM04162012 April 16, 2012 Page 4 of 8 • Seal and close fireside of boiler using all new gaskets (Cleaver Brooks Boilers will be all genuine Cleaver Brooks Parts). • Replace door bolts and nuts as needed. Apply hi -temp anti seize to all threads • Touch up door and door bolts with Cleaver Brooks Enamel. • Cheek burner pilot and main flame ignition. • Each boiler/bumer to be checked and calibrated for optimum air/fuel mixture for each fuel and adjusted to its maximum efficiency level throughout entire modulation range. Flue gas analysis includes the monitoring of temperature, 02, CO, NO„ and excess air and will be in a format to comply with the SJVLTAPCD Monthly Monitoring requirement. (worn controls, metering valves, linkage or affiliated equipment replacements, if required, is not included but is available at 15% discount on parts). • HAWK ICS Flash Card back-up of Controls and Panelview as applicable • Work to be done on a regular workday basis (Monday -Friday). Additional cost for weekend or Holiday work will be billed separately unless part of and noted in this contract. • All work will be performed by R.F. MacDonald Co.'s own boiler technicians and is guaranteed to be first class in quality and workmanship. • The boiler room shall be left in the same clean condition as existed prior to start of the work. • A field engineer's checklist and report will be submitted upon completion of work. This proposal does not include any extra labor and materials that may be required to correct any condition pre-existing or not evident at the time of the inspection. No extra work will be performed without prior authorization. 1549 Cummins Drive, Modesto, CA 95358, Phone: 209.578.0726, Fax 209.576.1312 www.rfmacdonald.com ILE MacDonald Co. e boiler 4 perm sohsFr# ?eau, City of Lodi. Quote CL..AM04162012 April 16,2012 Page 6 of 8 AB(' CONTRACT This contract shall pertain only to the following equipment. Make AECP Model No. Serial No. So�ctioCn 1 Section 11(lea) Annual Price Holler No. 1 Cleaver Brooks C11700-50 L96460 $2,750 5900 S3,65Q Boiler No. 2 Cleaver Brooks CB700-50 L97261 53,750 3900 53.650 Bo lerNo.3 Cleaver Brooks CBLE700-50 01.106106 $2,850 $900 53,750 Total for all boilers (3) .$11,050.00 Allowance for City Approved Repairs and Replacement Parts found during scrvice.S25,000.00 Grand Total $44,715.00 Payment Terms: On approval of credit, net 30 days from date of acceptance. Note: 1. Contract to become effective upon the date of acceptance. 2. Initial service will be scheduled ager receipt of purchase order. 3. Annualized monthly payments can he arranged if desired 4'---C ircethrciort-ril tt-b Et tufthz.+aha, fs r 67231/3 1649 Cummins 13rtve, Modesto, CA 96358, Phone: 209.570.0726, Fax 209.578.1312 www.rimacdonald.com . ILE � your boner & pomp axioms agar+, -- vint 1916 Aupd23,SA12 Lodi W erThal.mtPlia.t 11751North Tim -Won Road Lad[ CA Attratbu: Koaveth C1.littaalc_ rim= 249.333.6S3 1r]ids3: Kcapitanicbgbdi.gov tut Cow& arca thous. cn Mit fbs..a taa.lra.ml Fuc te9.571.191t www.rhaduut Mem os 6+wua. ww. I A •:=w. r I Or Swain Sot nom• POP In =spur= to your inquiry for c Vis, R.P. MEDcaa1d•C a: Is plem•d to pro4vidc the following tion flu you r mimed considarotiou. $ utio Year ilea 8 k• .+OL1Q61O6 1 • Lockout cNiro= • open Tr rd!andreaurber& • Ca# obi ali (40 boilerlobts • Ratio* bawl holopDdora ajcso tfices • With Out Wier dill ba•O Maio and ifolids • pmfol• god iastull (4]2.S" x ..105 so I've 3A 178A bdicx tubes QOM ars swami Woo; .09N in W 1o.5•athwtithes) • RpU Orld bold front Mgt ittitchniords amu! upper rear &ta ll; til. 5 • rronirle Fwd mets$ ow bawl bola gaskets pikes • lEelam • it trp-TestBollar �Ccitiaba b tv.k lmloiod in dd• proposal. `/y� loductIng Lobar, sad lit • .Nal t^pstre# Any iiirotkihot fay out op:dBFallydeaare'b dtd oVe • [1nit ovoids 6n be coal Wino of rvpidt • kir e .ate c front matin; air 'Wafer (+ore is +mss war be di ail tom. Mil Co. Robs no wornony expend or bond of say Wad. Wo =go so litho of Wows ee tsscsettwasy tity or stay other worn*, twisted or ear i aq'oaa, else Wkekir Rrplo7d f0' tt lf. Nadu sea cs, sr net,' wt3xcr rod to da so an oar belralt: Ws apsellistiliy dissIsits am worts* of star kantsbilay arld tie wsrreuty sr mow in ma vrettiduti fi.F hltiSprisold Co, W:144 $.11rs ariit pors8x;ealpar n or otk:rgypso[ kV entity kr any re� cansitgutatla dkcino ow, 1dtu1; 3udpdi ' bat not ffmlted to, len M proms, s, Q •-'ice'' . goof ion guns tofi or#ketetfapJ er:xvhags prre!nruee; • • &rt ier-4.4e wripi iPnK 1Poe_ erv*“: wSodir sod bites Ira sd 1s Met oiedii aq t*id . -egMr+eiat mid eras tr R.t* MiroitiiutW Ce. is is tbroaed +drarce or the portibUity* Restock damages. Hermit Mks toad Savtas Kornai wailful cervica inches tlml foluro clue to midget, misuse, Wm; or aaslmt W toot patirred by ti+oNottt . k y 404i :WOW bylickliewashtiska oat pa sided by it. P POWWOW CO, ado manuornr ivf votd t}ip.iwres ityr bevldiioa f e+it-r yr d rp'pllce beat Irian dealA torte lfisloa a miss paella e: array be caMidnred attic :pd/M Waal. Wkarrifies:nti m Timed won IN aqufpttoent Wog properly mrioutI ed aid vim* wtl6In Lila equipaseet's espiteity w da -,cam ei fowl carxLttors with con paetneuporva d °ptastor!, and praptxtwatei. bondhlatfng (whsle epp5ib.14 Not Covent! Coital Worn* dors sot nol do Wino mod pterentdre ttoaiatonowasetvlaa MAW motto* sad msb*suanos Nom • IrQrr. iditsonertle {I.e. pilau, iim loud .antrok prewe aRamp neons swhces, other Roil Mote, flaw mow ellsnment, sea) • omen, datattkor 0$1, wilt!: >3 Rh niters or rtsgsoo) + TamofbdirOAS prang; WO tt g%asJvn.eibite MS, a e) • • Wmbtatkrrnn ►Y dlfr Olooa �isnaksttitaclaststleaurglint Plan ra x to the operitieiand OtiOattn h st4tls 01brs iar oiAda�� roquiromr000cry= now Plbrtflstw ofRogow .: oridia1eO130rlio: - .(209)747417 r• 3 Hai ROI& Mike Flora Boner m kor Forum RF MooDona[d Co, Office 009)576-0726 Con (209)4172 Fax (209)576-0751 Exhibit C Insurance Reauirements for Contractor The Contractor shall lake 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: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Ea. Occurrence $2,000,000 Aggregate 2. COMPRENENSIVEAUTOMOBILE 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 overage 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 the project 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 Chance 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 Ilfe 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 Worker's 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 pm work begin on a protect until the proper insurance certificate is received by the City. CIR.E MacDonald Co. your goiter & pump solutions team November 18, 2015 Lodi Wastewater Treatment Plant 12751 North Thornton Road Lodi CA Attention: Karen Honer E -Mail: KHoner@lodi.gov Exhibit 2 1549 Cummins Drive Modesto, CA 95358 Phone: 209.576.0726 Fax: 209.576.1312 www.rfmacdonald.com SAN FFAIcIsco FRf SINO LAS VEGAS Los AN6(LLS SAN DIEGO RENO RE: Replacement of the lower half tube sheet on Cleaver Brooks boiler CB700-50 SN -L97261. Karen, In response to your inquiry for a quotation, R.F. MacDonald Co. is pleased to provide the following quotation for your review and consideration. Scope of Work • Lock out energy sources • Prep for removal of the lower rear half of the tube sheet. • Torch cut the lower rear tube sheet and remove. (disposal by others) • Prep, grind and clean up the area where the new tube sheet will be installed. • Prep for weld of the new tube sheet. • Place and mount the new tube sheet into place. • Weld up the rear tube sheet using wire feed. • Use all proper ASME code welding techniques. • Provide all necessary code documentation and paperwork for inspection. • Provide and install new hand hole gaskets. • Fill unit and Hydro -Test Boiler in front of code weld inspector. • Combustion tuning not included in this proposal. • Close up the boiler. All new gaskets are currently installed to be provided as part of completion of the annual service. • Tuning will be provided as part of the boiler annual service. Price Including Labor, Materials, and tax is .$12,725.00 • Not Covered: Any work that is not specifically described above • Unit needs to be cool at time of repairs • Any additional work found upon further inspection or during repairs will be at an additional cost SALE AND PAYMENT TERMS AND CONDITIONS The following sets forth the sale and payment terms and condition policies of R.F. MacDonald Co. It constitutes the general agreement between R.F. MacDonald Co. ("R.F. MacDonald Co.", the "Company" or "we") and you, its customer, under which products, service and parts are sold, credit is extended and payments are expected. Quote # QUO-50766-SOY5Q2 11/18/2015 0 R.E MacDonaki Co. November 19, 2015 This policy supersedes all previous sales and credit, payment terms and conditions, and finance policies issued by R.F. MacDonald Co. and shall remain in effect until further notice. The company reserves the right to change this policy and agreement at any time. EXTENSION OF CREDIT Credit is one of the most important services R.F. MacDonald Co. offers to you as a customer. An open line of credit is established for you based upon your needs, financial strength, and history of meeting your credit obligations. In order to insure you the best possible prices and service, we must enforce a credit and collections policy based upon sound business principals and good judgment. INVOICING AND PAYMENT TERMS Payment Terms are 25% down payment, balance Net 30 (upon approval of credit) on all invoices unless other arrangements are made in advance of shipment. When opening a new account with an order, the Company may require payment with the initial order so as not to delay shipments while credit references and financial information are being reviewed. We reserve the right to suspend or terminate any further performance under this agreement or otherwise in the event payment is not made when due. Quotes are valid for 30 days. Equipment will not be started up unless 90% of the purchase price of the equipment has been paid. Shipment Terms Unless otherwise specified in writing signed by an authorized representative of the Company, all shipments are Ex Works the manufacturer's factory or R.F. MacDonald Co. warehouse as applicable. Title to the merchandise shall pass to the buyer upon delivery to the carrier and thereafter all risk of loss or damage shall be the buyer's. Service Charges We reserve the right to take action to collect any invoice which is not paid when due. We also assess a late payment SERVICE CHARGE on the day following the due date and monthly thereafter against all amounts remaining unpaid on each such date. Subject to any limitations that may be imposed by applicable law, the amount of this charge is 11/2% of the amount remaining unpaid on each such date. This policy will be applied to customers who permit their account to become delinquent. It is your responsibility to notify R.F. MacDonald Co. of any extenuating circumstances that may affect your payment and work out a solution. Please know that our interest lies not in collecting a service charge, but in receiving timely payments of your invoice. Warranty on Equipment and Material Provided by Manufacturer: You will rely solely on the warranty provided by the manufacturer. Your sole and exclusive remedy for breach of warranty shall be as provided in the manufacturer's standard warranty. R.F. MacDonald Co. makes no warranty express or implied of any kind. We make no claim of fitness or merchantability or any other warranty, express or implied, nor is anyone else, whether employed by R.F. MacDonald Co., or not, authorized to do so on our behalf. We specifically disclaim the warranty of merchantability and the warranty of fitness. You will be invoiced in the regular manner for all materials and parts even though it may be an in -warranty transaction. Credit will be issued promptly on our receipt of proof of return, and, as long as the return is within the prescribed time limit and has been properly authorized. Please note that withholding payment of any invoice in anticipation of an in -warranty credit is not allowed with our terms of sale. For any items or components proposed as a substitute to specified items, it is understood that seller makes no guarantee that the products submitted will be accepted by the approving authority. In no event shall R.F. MacDonald Co. be liable to you or any person, corporation or other type of legal entity for any special, direct, indirect, incidental, liquidated or consequential damage of any kind, including but not limited to, loss of products, loss of time, loss of use, loss of production, loss of savings or revenues, cost of replacement goods, labor costs or other charges in connection with product use or malfunction, the repair or replacement of defective parts whether such claims are alleged in strict liability, negligence, tort, contract or otherwise and even if R.F. MacDonald Co. is informed in advance of the possibility of such damages. Limited Warranty on R.F. MacDonald Labor (If Applicable): If you are retaining the services of R.F. MacDonald Co.'s service department, R.F. MacDonald Co. warrants that labor performed will be free from defect for a period of one year from the completion of work. This limited warranty excludes remedy for damage or defect caused by accident, misuse, abuse, modifications not executed by R.F. MacDonald Co., improper or insufficient maintenance, or improper operation. Installation, operation, and maintenance shall be in accordance with the product manuals provided by the equipment manufacturer. R.F.AvImDmiald-Cisliall be notified I iu ' s days of -first knowledge of de1eet-by owner or its agent. R.F. MacDonald Co. shall be given first opportunity to make any repairs, replacements, or corrections to the defect 2 R.F. Mae0onald Co. November 19, 2015 within a reasonable period of time. R.F. MacDonald Co. makes no implied warranty of any kind. In no event shall R.F. MacDonald Co. be liable by virtue of this limited warranty or otherwise to you or any person, corporation or other type of legal entity for any special, indirect, incidental, liquidated or consequential damage of any kind. CLAIMS You are responsible for inspecting merchandise on receipt and for filing claims with the carriers for damage or loss. All claims for shortages and damages must be made in writing to the carriers within ten (10) days of receipt. We suggest you call the carrier immediately upon noticing any possible freight related damage and arrange for inspection before proceeding with unpacking. Photographs taken while the delivery truck is still on sight are recommended if possible. Under no circumstances may you withhold payment or charge the Company for freight or warranty related claims. No claim for expenses incurred for corrective work done on merchandise provided by the Company will be considered or accepted unless specifically agreed to in writing, in advance of the work being done, by an authorized manager of the Company. INFORMATION AND ASSISTANCE If at any time you have a question on an invoice from the Company, a call or note to our accounting department will bring prompt action toward getting the problem resolved. If it becomes necessary, at R.F. MacDonald Co.'s discretion, to take legal action in order to collect your account, R.F. MacDonald Co. shall be entitled to recover, in addition to any other recovery, its court costs, reasonable attorney's fees and all other collection expenses. If you have any questions regarding this policy, please contact our office. We appreciate your business and look forward to providing you with reliable equipment, parts and service. Please acknowledge below your receipt and agreement to the provisions of this policy statement. Return the original to: R.F. MacDonald Co. 1549 Cummins Drive Phone: (209) 576-0726 Fax: (209) 576-0751 Email: Anthony.Marino@RFMacDonald.Com APPLICABLE LAW: This agreement shall be governed by the substantive laws of the State of California Acknowledged and Agreed To: Company Name: Signature: Name/Title: Date: 3 RESOLUTION NO. 2016-40 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH R. F. MACDONALD CO., OF MODESTO, FOR BOILER INSPECTION, CLEANING, AND REPAIR AT WHITE SLOUGH WATER POLLUTION CONTROL FACILITY WHEREAS, R. F. MacDonald Co. entered into a Professional Services Agreement with the City on May 29, 2013, for inspection, cleaning, and repair of the boilers at White Slough Water Pollution Water Pollution Control Facility, in the amount of $44,715; and WHEREAS, in December 2014, the contract was extended to June 30, 2015; and WHEREAS, it was determined that additional work was needed to place the boiler into service; and WHEREAS, staff recommends that the City Council amend the Professional Services Agreement to increase the funds by $12,725 and extend the term of the agreement from June 30, 2015, to and including June 30, 2016. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with R.F. MacDonald Co., of Modesto, California, for boiler inspection, cleaning, and repairs at White Slough Water Pollution Control Facility, increasing the funds by $12,725 and extending the term of the agreement to and including June 30, 2016. Dated: March 16, 2016 I hereby certify that Resolution No. 2016-40 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 16, 2016, by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None NIFER City Clerk 2016-40 fin. -"ut-e6 FERRAIOLO