Loading...
HomeMy WebLinkAboutAgenda Report - January 15, 2020 C-14AGENDA ITEM CITY OF LODI COUNCIL COMMUNICATION TM C IM/A+ AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute Professional Service Agreement with Bauer Compressors, Inc., of Norfolk, Virginia, for the Purchase of Four Breathing Air Compressors, Installation, Training, Annual and Quarterly Maintenance (Not To Exceed $213,070), Utilizing State of California Contract No. 1-19-42-07 MEETING DATE: PREPARED BY: January 15, 2020 Fire Chief RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive the bid process and execute Professional Service Agreement with Bauer Compressors, Inc., of Norfolk, Virginia, for the purchase of four breathing air compressors, installation, training, annual and quarterly maintenance in an amount not to exceed $213,070, utilizing State of California Contract No. 1-19-42-07. BACKGROUND INFORMATION: Currently, the City of Lodi has one stationary breathing air compressor located at Station 3, which is used to fill Self Contained Breathing Apparatus (SCBA) bottles. The compressor is now 35 years old and is at the end of its useful life. To date, there are only two of these air compressors left in California, which has made procuring parts difficult. As approved as part of the fiscal year 2020 budget, to reduce the time a crew spends outside of their response district, the fire department would like to install breathing air compressors at each of the four stations. Each crew will be able to refill their SCBA cylinders at their assigned station immediately following an incident, eliminating the need to be out of their area while filling bottles at Station 3. This allows for quicker response times within their respective districts. By using the State of California Contract No. 1-19-42-07, the formal bidding process has already been performed, allowing staff to more efficiently procure labor and materials for this specialty type work while maintaining compliance with purchasing requirements. Per the 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 that City Council authorize the City Manager to waive the bid process and execute Professional Services Agreement with Bauer Compressors, Inc., of Norfolk, Virginia for the purchase of four breathing air compressors, installation, training, annual and quarterly maintenance, utilizing State of California Contract No. 1-19-42-07. APPROVED: 1 i Step Schwab , City Manager FISCAL IMPACT: Contributions have been made over the past several years to the equipment replacement fund in preparation for this purchase and was adopted as part of the fiscal year 2020 Budget. FUNDING AVAILABLE: Equipment Replacement Fund (40199000.77030) Andrew Keys Deputy City Manager/Internal Services Director Gene Stoddart Fire Chief Attachments AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 20 by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Bauer Compressors, Inc, a Virginia 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, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for the purchase of four compressors, installation, training, quarterly and annual maintenance (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 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 2.6 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 January 20, 2020 and terminates upon the completion of the Scope of Services or on January 19, 2022, whichever occurs first. Section 2.7 Option to Extend Term of Agreement 2 At its option, City may extend the term of this Agreement for an additional one (1) one (1) -year extension; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed three (3) years. 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 Pa meat 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 3 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 volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the 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 4 required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Michelle Munoz To CONTRACTOR: Bauer Compressors, Inc 1328 Azalea Garden Road Norfolk, VA 23502 Attn: Mike Cohen Section 4.9 Cooperation of CITY 5 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. 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 6 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. 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. 7 CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER M. FERRAIOLO City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager BAUER COMPRESSORS, INC, a Virginia corporation By: Name: Tim McGuire Title: Branch Manager Attachments: Exhibit A - Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 40199000 Eui Replace and 10041000.72533 Repairs to Vehicles (Business Unit & Account No.) Doc ID: CA:Rev.01.2015 8 Quote: � MSA Date: December 13, 2019 To: Mike Van Guilder Lodi Fire Department Phone: 209-604-8222 Email: myanguilderplodi.clov Exhibit A/B (1 of 2) Not To Exceed $213,070 M^U ER MIM -1 :- 267 East Airway Blvd - Livermore, CA 94551 www. bauersf. coin G1ty Part # Description Unit Price Line Total VERTICUST"°PLUS BREATHING AIR COMPRESSOR_: 13 SCFM 110 HP Fixed SCBA Compressor Unit (Three Phase) 208V, 230V or 460V > BAUER breathing air purification system SECURUS BAUER PLC 7" color HMI touchscreen display NEMA 4 rated electrical enclosure with ULU panel > Compressor low oil pressure/high temp shutdowns > Emergency stop push button and auto start/stop control > Zero loss automatic condensate drain system with non -corrosive condensate reservoir & integrated float sensor and automatic VT -P I E3 "Full" indication and compressor safety shutdown Interstage pressure gauges Vertically hinged front operations panel access doors > Inlet filter maintenance indicator > Unique hinged front operations panel > Dual function cascade controls Two (2) ASME code stamped air cylinders installed 3 -way selector valve NFPA 1901 2016 edition compliant 2 position containment fill station accommodates SCBA or SCUBA Cylinders > Packaged together as a modular system increasing end-user site flexibility Note: Prices include Freight, Installation, Training and running of Stainless Steal Air line from Compressor to Fill Station Q Lodi Fire Station #1. Quotation prices are valid for 60 days. Call 925- 449-7210 if past expiration date. Thank you for the opportunity to submit this quotation. If you have any questions please give us a call, Sincerely, Dan Kroetch Phone: +1 (925) 449-7210 Cell: +1 (510) 909-6157 Fax: + 1 (925)-449-7201 $45,511.00 $ 182,044.00 Subtotal fi 182,044.00 8.250% $15,018.63 INCLUDED Freaght Installation/ INCLUDED Training $ 197,062.63 Total Firm Fixed Price .a FORIS 1328 Nalea Garden Roan N orrok VA 23602-ID44 (757) B5S-6006 To : CITY OF LODI—FINANCIAL SERVICES Lodi Fire Department Attention: Accounts Payable P.O .Box 3006 LODI CA 95240 United States Exhibit AIB (2 of 2) Our Quotation # 035038-00 12.03.2019 Quotation Valid Thru : 03-31-2020 Terms : NET 30 Attention: TIM ORTEGEL Your Request: PO REQUIRED We are pleased to quote your requirements as shown below. Our company has a reputation for delivering quality products and we look forward to the opportunI l t of serving you. Item Facility I Part I Rev I Description I Details Quantity Quoted Unit Price Extended Price 001 Default FEE -0022 Rev 000 UIM HR SERVICE TRAVEL TIME 8.00000 85.0000 680.00 2Hrlvisit -1 Service -3 Air tests 002 003 004 Sales File Default FEE -0023 Rev 000 UIM EA SERVICE LABOR -3Hr per unit for annual service -1 Hr per unit for quarterly air test a calibration of CO monitor (includes point inspection) Default FEE -0028 Rev UIM EA SERVICE PARTS" Per Unit: 60037A 058825A Oil -0024 N25326 N04735 x2 N04736 x2 "Service Parts May be different depending on units chosen. Default CER -0020 UIM EA AIRIGAS SAMPLE TEST WICERTIFICATE - ANNUAL Page 1 of 2 1.00000 400000 3,000.0000 401.6000 3,000.00 1,606.40 16.00000 i 150.0000 2,400.00 I l Authorized Signature Our Quotation # 035038.00 12.03.2019 CUMf�RE55QR5 1320 Az laa Curd Road Norfolk, VA 2350 944 (757) 055-6000 To. CITY OF LODI—FINANCIAL SERVICES Lodi Fire Department Attention: Accounts Payable P.O .Box 3006 LODI CA 95240 Quotation Valid Thru ; 03-31-2020 United States Terms : NET 30 Attention: TIM ORTEGEL Your Request: PO REQUIRED Item Facility 1 Part I Rev I Description I Details Quantity Quoted Unit Price Extended Price Total Items Price 7,686.40 This quotation is far lea BAUER Factory Technician to attend customer's location to complete the annual pm service of qty 4 compressors as well as quarterly air testing and CO monitor calibration. PM Services Include: Change purification filters, change oil & oil filter (if applicable), calibrate co monitor, check safety shutdowns, complete systems check, NFPA air test. NO FURTHER LABOR OR ANY MATERIALS ARE COVERED UNDER THIS QUOTATION AND WILL BE ADDRESSED ACCORDINGLY IF REQUIRED, All prices are NET, in U.S, dollars. Taxes, if applicable, are not included and will be in addition to the quoted prices. For service/repairs outside annual service - Standard rates apply $125.00 per hr,raie $167.50 per hr overtime rate Thank you for the opportunity to submit our quotation. Thank you for choosing BAUER Compressors Inc., for your compressor needs and I look forward to working with you in the future. Very Respectfully, Ashley Sperduto Service Coordinator BAUER COMPRESSORS, INC. 267 E AIRWAY BLVD, Livermore, CA 94551 +1(925)449.7210 Ashley. Sperduto@bauersf, com service@bauersf.com www.bauercomp.com Sales File Page 2 of 2 9 Authorized Signature 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 Most Contracts LN5& construction or requiring professional liability) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $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 $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b) Primary and Non -Contributory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the 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 therp oiect that it is insuring. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. (e) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240 Page 1 1 oft pages I Risk: rev. 3/1/2018 (f) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). (g) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. Q) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (1) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages I Risk: rev. 3/1/2018 RESOLUTION NO. 2020-10 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CTY MANAGER TO WAIVE THE BID PROCESS AND EXECUTE PROFESSIONAL SERVICE AGREEMENT WITH BAUER COMPRESSORS, INC., OF NORFOLK, VIRGINIA, FOR THE PURCHASE OF BREATHING AIR COMPRESSORS, INSTALLATION, TRAINING, AND ANNUAL AND QUARTERLY MAINTENANCE, UTILIZING STATE OF CALIFORNIA CONTRACT NO. 1-19-42-07 WHEREAS, the City of Lodi is a public agency located in the County of San Joaquin, State of California; and WHEREAS, the City of Lodi currently has one breathing air compressor used to fill self-contained breathing apparatus (SCBA) bottles; and WHEREAS, this compressor, located at Station 3, is 35 years old and at the end of its useful life; and WHEREAS, Lodi City Council approved the purchase of four breathing air compressors as part of the Fiscal Year 2020 budget; and WHEREAS, 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 the 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; and, WHEREAS, staff recommends that the City Council authorize the City Manager to waive the formal bid process and execute a Professional Services Agreement with Bauer Compressors, of Norfolk, Virginia, for the purchase of four breathing air compressors, installation, training, and annual and quarterly maintenance, in an amount not to exceed $213,070, utilizing California State Contract No. 1-19-42-07; and WHEREAS, contributions have been made over the past several years to the equipment replacement fund in preparation for this purchase, which was adopted as part of the Fiscal Year 2020 Budget. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to waive the formal bidding process, and execute a Professional Services Agreement with Bauer Compressors, Inc., of Norfolk, Virginia, for the purchase of four breathing air compressors, installation, training, and annual and quarterly maintenance, in an amount not to exceed $213,070, utilizing California State Contract No. 1-19-42-07; and BE IT FURTHER RESOLVED that the costs for this project be funded out of equipment replacement fund (40199000.77030); and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: January 15, 2020 I hereby certify that Resolution No. 2020-10 was passed and adopted by the City Council of the City of Lodi in a regular meeting held January 15, 2020 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None PAMELA M. FARRIS Assistant City Clerk 2020-10 i