HomeMy WebLinkAboutAgenda Report - March 20, 2019 C-07TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-7
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive the Bid Process Utilizing U.S.
Communities Contract No. EV2516 and Execute Professional Services Agreement
with KONE, Inc., of Sacramento, for Lodi Station Parking Garage North Elevator
Repair Project ($155,486)
MEETING DATE: March 20, 2019
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive the bid process
utilizing U.S. Communities Contract No. EV2516 and execute
Professional Services Agreement with KONE, Inc., of Sacramento,
for Lodi Station Parking Garage North Elevator Repair Project, in the amount of $155,486.
BACKGROUND INFORMATION: The Lodi Station Parking Garage, located at 50 North Sacramento
Street, has two elevators to convey patrons to all three floors of the
parking structure. On May 15, 2018, a patron, driving a vehicle, hit
the north elevator shaft, located on the third floor. The impact caused substantial damages to the
elevator equipment and elevator shaft. The project will remove debris inside the elevator shaft, examine
the elevator equipment, replace two sets of elevator doors, reset the elevator rails, and repair the
damaged elevator car.
Since, the elevator equipment repair is highly specialized work and will require a licensed elevator
contractor to perform the repair work, the City requested and received a proposal from KONE, Inc. for the
elevator equipment repair. KONE, Inc. was the successful bidder for U.S. Communities Contract No.
EV2516, for competitively -bid elevator services. Using the U.S. Communities line item cost, the bid price
of $135,966 is the maximum price an agency would be charged for the elevator services. The total
project cost of $155,486 includes the agreement price of $135,966, plus a contingency of $19,520, to
cover unforeseen conditions in the field.
By using the U.S. Communities contract, the formal bidding process has already been performed, allowing
staff to more efficiently procure labor and materials for specialty type work, such as elevator repair, while
maintaining compliance with purchasing requirements. The Professional Services Agreement includes all
insurance and bonding requirements included in City construction contracts.
Per Lodi Municipal Code Section 3.20.045, State and Local Agency Contracts, the bidding process may be
waived when it is advantageous for the City, with appropriate approval by City Manager and City Council,
to use contracts that have been awarded by other California public agencies, provided that their award was
in compliance with their formally -adopted bidding or negotiation procedures.
Staff recommends authorizing City Manager to waive the bid process and execute Professional Services
Agreement with KONE, Inc., of Sacramento, for Lodi Station Parking Garage North Elevator Repair
Project, in the amount of $155,486, utilizing U.S. Communities Contract No. EV2516.
APPROVED:
til ittan it v
ow
Stephen Schwager, City Manager
K:\WP\PROJECTS\TRANSIT\Lodi Station Parking Structure\2018 Elevator Repair\Elevator PSA\CC_PSA_Kone.doc
3/5/2019
Adopt Resolution Authorizing City Manager to Waive the Bid Process Utilizing U.S. Communities Contract No. EV2516 and Execute Professional Services
Agreement with KONE, Inc., of Sacramento, for Lodi Station Parking Garage North Elevator Repair Project ($155,486)
March 20, 2019
Page 2
FISCAL IMPACT:
The cost to make the necessary repairs to the elevator, and all engineering
and Staff time spent on this incident, will initially be funded by Transit
Capital and recovered through insurance claims. This project will not
impact the General Fund.
FUNDING AVAILABLE: Transit Capital (PWTR-0003.C) - $155,486
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tdb
Attachment
Cc Public Works Management Analyst — Areida-Yadav
Facility Maintenance Supervisor
Construction Manager
Transportation Manager
Risk Manager
KONE, Inc.
K:\WP\PROJECTS\TRANSIT\Lodi Station Parking Structure\2018 Elevator Repair\Elevator PSA\CC_PSA_Kone.doc 3/5/2019
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2019, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and KONE, INC., a
Delaware corporation, qualified to do business in California (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in accordance
with attached Scope of Services and License and Service Agreement, Exhibits A and A-1,
attached and incorporated by this reference (collectively referred to as "Scope of
Services").
CITY wishes to enter into an agreement with CONTRACTOR for Supply Elevator,
Escalator, Moving Walkway Maintenance, Repair, Modernization and Related, Products,
Services and Solutions (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibits 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 Exhibits 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.
1
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain
in contact with reviewing agencies and make all efforts to review and return all comments.
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 (Exhibits 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 March 1, 2019 and terminates upon
the completion of the Scope of Services or on February 28, 2020, 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 requirement is on the prime contractor.
Section 3.3 Contractor Registration — 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 Contract Bonds
CONTRACTOR shall furnish two good and sufficient bonds:
1. A faithful performance bond in the amount of one hundred percent (100%)
of the contract price; and
2. A labor and materials bond in the amount of one hundred percent (100%) of
the contract price.
These bonds will be required at the time the signed contract is returned to the City.
Section 3.5 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.
3
Section 3.6 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 3.7 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.
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
4
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), for the services to be performed under this
Agreement, but only to the extent provided that any such claim, damage, loss, or expense
is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence, sole negligence, or sole willful misconduct of the City
of Lodi, its elected and appointed officials, directors, officers, employees and volunteers.
CITY may, at its election, conduct the defense or participate in the defense of any claim
related in any way to this indemnification. If CITY chooses at its own election to conduct
its own defense, participate in its own defense, or obtain independent legal counsel in
defense of any claim related to this indemnification, CONTRACTOR shall pay all of the
costs related thereto, including without limitation reasonable attorney fees and costs. The
defense and indemnification obligations required by this Agreement are undertaken in
addition to, and shall not in any way be limited by the insurance obligations set forth
herein. In no event shall either party be liable to the other party for any consequential,
special, punitive, exemplary, incidental, or indirect damages (including, but not limited to,
loss of profits or revenue, loss of goodwill, loss of use, increase in financing costs)
(collectively "Consequential Damages") that arise out of or relate to the Agreement.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance 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
5
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: Kone, Inc.
3727 Bradview Drive, Suite 200
Sacramento, CA 95827
Attn: Brittney Adams
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 thirty (30) 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
6
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.
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.
7
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 4.22 Safety
City will provide a safe workplace for Contractor personnel and safe access to the
equipment, property and machine room areas and keep all machine rooms and pit areas
free from water, stored materials and debris; remove and dispose of any hazardous
materials, water or waste according to applicable laws and regulations; post any and all
instructions and warnings related to the use of the equipment. City will be solely
responsible for proper use, for supervising the use of the equipment, and for taking such
steps including but not limited to providing attendant personnel, warning signs and other
controls necessary to ensure the safety of the user or safe operation of the equipment.
Notwithstanding anything to the contrary in this Agreement, if in Contractor's sole
judgement the equipment presents a safety hazard to the riding public or Contractor's
technicians (including but not limited to City's act of creating or allowing unsafe practices
8
or conditions or City's failure to authorize necessary repairs or upgrades). Contractor may
immediately terminate this Agreement in its entirety upon written notice. To the extent that
Contractor provides City with any oral or written account, report information, or other
statement identifying a safety issue related to such equipment, and City does not
immediately approve Contractor's proposal or recommendation. City agrees to indemnify,
defend, and hold Contractor harmless for any claims arising out of City's failure to comply
with Contractor's recommendations and proposals, and any obligation on the part of
Contractor to indemnify or defend City with regard to such claim shall be null and void.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: KONE, INC., a Delaware corporation
JANICE D. MAGDICH, City Attorney
By: ' By:
Name:
Title:
Attachments: �J
Exhibit A — Scope of Services
Exhibit A-1 — License and Service Agreement
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:
Doc ID:
CA:Rev.03.2019
(Business Unit & Account No.)
9
Exhibit A/B
APPLICABLE LAW
This Agreement shall be construed and enforced in accordance with, and the
validity and performance of shall be governed by, the laws of the State of
PROPOSED SCOPE OF WORK:
KONE proposes to furnish and install the necessary labor, materials, tools and supervision to perform the
following work:
1. Kone will provide labor to first clean and run the elevator and secure for operation and build a
temporary working platform.
2. Provide stand by for hoistway repair by contractor.
3. Kone will furnish and install two new complete door entrances for 2 floors, which includes: 2
hoistways x 2 openings:
• U.L rated hatch doors, GAL drilling, #4 stainless steel finish with sight guards.
• U.L rated frames, #4 stainless steel.
• Header angle drilled for GAL.
• Struts and strut extensions.
• Nickel silver sill, sub sill, sill angles
• Dust cover, toe guard.
• Fascia
• Hardware.
4. Kone will furnish and install (1) GAL MOVFR Door Operator:
• MOVFR II Operator
• Switch Assembly Gate
• Parameter unit, MOVFR II Hand held cable
• Hangers, Tracks, Rollers, Clutches, Gate Locks
• MOVFR kit with fully integrated power supply's
• Additional software modifications from MCE
5. Kone will furnish and install new fixtures for the elevator:
• Main Car Station or Car Operating Panel inside cab
• Terminal Hall Station "Up" with Fire Service
• Intermediate Hall Station
• Terminal Hall Station "Down"
• Car Lantern
• Jamb Braille Tags
6. Replace damaged car top station and wire conduit as needed.
*All above mentioned work will consist of team labor.
*Kone will also provide 1 full day of single mechanic labor for state inspection included in this proposal.
*Disposal of construction debris by others
Price:
$106,686 (One Hundred Six Thousand Six Hundred Eighty Six and 0/100 Dollars)
Allowances:
Contingency: $19,520 (Nineteen Thousand Five Hundred Twenty and 0/100 Dollars)
Standby:(15 days single mechanic straight time hours) $29,280 (Twenty Nine Thousand Two Hundred Eighty
and 0/100 Dollars)
NOT TO EXCEED $155,486
Please note the allowances will be tracked and any unused funds will not be invoiced. It is possible the
standby will not be enough however you can dip into the contingency bucket if this is the case. Until a
contractor is hired and let us know how much time they need, we won't be sure if the standby is enough. The
rates in this proposal are per the US Communities agreement.
NSA -00-0036 12/2018
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 Construction Contracts
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $2,000,000 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. Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special Perils) coverage form, with limits equal to the
completed value of the project and no coinsurance penalty provisions.
5. Professional Liability (if Design/Build), with limits no less than $2,000,000 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 proiect
that it is insuring.
(d) Severabilitv 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
Page 1 1 of 2 pages 1 Risk: rev. 3/1/2018
(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.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Builder's Risk (Course of Construction) Insurance
Contractor may submit evidence of Builder's Risk insurance in the form of Course of Construction coverage. Such coverage shall
name the City as a loss payee as their interest may appear.
If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For
such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration,
conversion or adjustment to existing buildings, structures, processes, machinery and equipment. The Property Installation Floater
shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or
destroyed during the performance of the Work, including during transit, installation, and testing at the City's site.
(I) 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
(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 21 of 2 pages 1 Risk: rev. 3/1/2018
RESOLUTION NO. 2019-39
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO WAIVE THE BID PROCESS
UTILIZING U.S. COMMUNITIES CONTRACT NO. EV2516 AND
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH
KONE, INC., OF SACRAMENTO, FOR LODI STATION
PARKING GARAGE NORTH ELEVATOR REPAIR PROJECT
WHEREAS, the Lodi Station Parking Garage, located at 50 North Sacramento Street,
has two elevators to convey patrons to all three floors of the parking structure; and
WHEREAS, on May 15, 2018, a patron, driving a vehicle, hit the north elevator shaft,
located on the third floor causing substantial damages to the elevator equipment and elevator
shaft; and
WHEREAS, the project will remove debris inside the elevator shaft, examine the elevator
equipment, replace two sets of elevator doors, reset the elevator rails, and repair the damaged
elevator car; and
WHEREAS, per Lodi Municipal Code §3.20.045, State and Local Agency Contracts, the
bidding process may be waived when it is advantageous for the City, with appropriate approval
by the City Manager and the City Council, to use contracts that have been awarded by other
California public agencies, provided that their award was in compliance with their formally -
adopted bidding or negotiation procedures; and
WHEREAS, staff recommends authorizing the City Manager to waive the bid process
and execute a Professional Services Agreement with KONE, Inc., of Sacramento, for Lodi
Station Parking Garage North Elevator Repair Project, in the amount of $155,486, utilizing
U.S. Communities Contract No. EV2516.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to waive the bid process and execute a Professional Services
Agreement with KONE, Inc., of Sacramento, California, for Lodi Station Parking Garage North
Elevator Repair Project, in the amount of $155,486, utilizing U.S. Communities Contract
No. EV2516.
Dated: March 20, 2019
I hereby certify that Resolution No. 2019-39 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 20, 2019, 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
--NiseC(Ako-4
E NIFER •FERRAIOLO
City Clerk
2019-39