HomeMy WebLinkAboutAgenda Report - February 19, 2020 C-05AGENDA ITEM Cm5
h. CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with Valley Iron Works, Inc. for Repairs and
Replacement of Damaged Metal Railings and Gates at Lodi Lake Park Property
($19,737)
MEETING DATE: February 19, 2019
PREPARED BY: Parks, Recreation and Cultural Services Interim Director
RECOMMENDED ACTION: Adopt a resolution authorizing the City Manager to execute Amendment
No. 1 to Professional Services Agreement with Valley Iron Works, Inc. for
repairs and replacement of damaged metal railings and gates at Lodi
Lake Park property ($19,737).
BACKGROUND INFORMATION: On Sunday, January 26, 2020, due to an automobile accident, a number
of fabricated items at the Lodi Lake Park property were damaged (Exhibit
A). The vehicle drove over the east half of the arched gate frame and
support post at Loma Drive and Turner Road. From here, he continued
across the beach house parking lot heading north into the Discovery Center patio damaging picnic tables,
umbrella stands, custom fabricated guard and hand railings.
The damaged ironwork items were fabricated and installed in 2009 as part of the Lodi Lake Discovery Center
and Boat House improvements. Currently, Parks, Recreation and Cultural Services (PRCS), has an existing
Professional Services Agreement with Valley Iron Works which includes all of the insurance and bonding
requirements. The cost of the repairs will be $19,737 and will be paid out of the General Liability Fund. The
City's Risk Manager will make a claim against the driver's insurance carrier for recovery.
Staff requests that City Council authorize City Manager to execute Amendment No. 1 with Valley Iron Works,
Inc. in the amount of $19,737.
FISCAL IMPACT: The proposed cost of the repairs is $19,737.
FUNDING AVAILABLE: General Liability 66025000.72399
t f�
Andrew Keys
Deputy City Manager/Internal Services Director
CD: MM\tl
cc: City Attorney
Me) /LL
Cathi DeGroo
Interim Parks, Recreation, and Cultural Services Director
APPROVED:
Stephen Schwababer,,gity Manager
Jai
1 i •� �. 7r yr -.� i -. - r.,
Oman
I� #!!!!!i!!!!M
wommommummump
t Up not N
Mid fl !
AWAW AV OF v
TA
1 4 1JAN
AW MM
Am's all,
--- fir.. - ��• �N��►L• � �. _
Ar
- - err,. »�_ - � � ■ � � � 1�
-y
Lit-,
� ll
I low
_4
r
.i = -.r
r' .. .. _
x ;� r, .►
i tt --�+ r � y �� • . Wil` Or-
Ile
f ,
ow
469*
- r 1 � r � a/.�� 1.►- # ��i w rte' � A
r �
r � i
— -- --��
----F - ---- --
AMENDMENT NO. 1
VALLEY IRON WORKS, INC., a California corporation
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO.1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of 2020, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and VALLEY IRON WORKS, INC., a California corporation
(hereinafter "CONTRACTOR").
W I T N E S S E T
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 10, 2018, as set forth in Exhibit 1, attached hereto and made part of; and
2. WHEREAS, CITY is requesting to amend the Agreement and increase the fees by an amount
not to exceed $19,737, for a total not to exceed amount of $29,737, for labor and material
costs to repair damages, and where necessary replace, a metal gate frame, metal posts, and
fabricated guard railings at Lodi Lake, resulting from an automobile accident, as more fully set
forth in Exhibit 2, and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation,
corporation, hereinabove called "CITY"
STEPHEN SCHWABAUER
City Manager
Attest:
PAMELA M. FARRIS, Assistant City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
VALLEY IRON WORKS, INC., a California
hereinabove called "CONTRACTOR"
JOHN TRAXLER
Title: Project Manager
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on-'17ep Ib, 2018, by and between the CITY OF
LODI, a municipal corporation (hereinafter "CITY"), and VALLEY IRON WORKS, INC., a
California corporation (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for work consisting
of repairs to existing metal gates, hand railings, guard railings, bleachers, and other
metal fabrications. Other potential work may consist of new fabrication that causes metal
to be permanently attached/joined by the use of gases and electrical energy which
creates temperatures of sufficient heat to bond metal together, along with related
welding issues at park facilities (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.
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 Mees
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on JULY 1, 2018 and terminates upon
the completion of the Scope of Services or on JUNE 30, 2020, whichever occurs first.
Section 2.7 Option to Extend Terns of Agreement
At its option, City may extend the terms of this Agreement for an additional one
2
(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 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor 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 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.5 Costs
3
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.6 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
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
4
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
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
5
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: Jeff Hood
To CONTRACTOR: Valley Iron Works, Inc.
127 E. Harney Lane
Lodi, CA 95240
Attn: Jon Traxler
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services,
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
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
6
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.
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.
7
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
❑ 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.
8
ATTEST:
lyIFER FERRAIOLO
Clerk
CITY OF LODI, a municipal corporation
STEPHEN SCHWAHAIAR
City Manager
APPROVED AS TO FORM: VALLEY IRON WORKS, INC., a California
JANICE D. MAGDICH, City Attorney corporation
_ sy�
Na N i i�A?CL _ R
Title: PROJECT 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: 20072202.72499
(Business Unit & Account No.)
Doc ID:
CA:Rev.01.2015
9
EXHIBIT A
SCOPE OF SERVICES
Work will consist of repairs to existing metal gates, hand railings, guard railings, bleachers, and other
metal fabrications. Other potential work may consist of new fabrication that causes metal to be
permanently attached/joined by the use of gases and electrical energy which creates temperatures of
sufficient heat to bond metal together, along with related welding issues at park facilities.
EXHIBIT B
FEE PROPOSAL
Valley Iron Works, Inc. will furnish material, labor and tax per the attached quote with a not to
exceed amount of $10,000.
EXHIBIT C
NOTE: Tho City of Lodi Is now using the online Insurance program PiNS Advantage. Once you have been awarded a
contractyou will receive an email from the City's online Insurance program requesfing you to forward the email to your
Insurance prov/der(s) to submit the required Insurance documentation alectmnlcally
Insurance Renodramentg fort;anstr—fion.ControGts.
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 a in conneoVon 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 Foran 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
$2,000,060 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 limlf 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-
�dwned autos with limit no less than $2,000,000 per accident for bodily injury and oroperty damage.
3. Workers' Compensation: as required by the Stale of Caltfontia, 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" (Spacial 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 $2,000,000 per occurrence or claim.
Other his uranre Provision$:
(a) Additional NarrieO Insured gtatsts
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 t0, CG 20 26, CG 20 33, or CG 20 38, iW CG 20 37 if a
later edition Is used
(b) Prima a tid N n- nrri aria In r n e Fndo erten
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 180 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 contfibute
with it.
(c) Waivrlr of Suhrociation 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 Ledl by virtue of the payment of any loss under auch insurance. Contractor agrees to
obtain any endarsement 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 subrogatlon endorsement from the insurer
NOTE: (1) The street address of the J;JTY OF LQQI ust be shown along with (a) and (b) and (c) above: 221 Wast Plne Street,
Lodi, California, 95240; (2) The insurance cartifloate must state, on its face or as an endorsement, a description of the pT&Q�
that it is insuring,
(d) Sqv rabil' y_of iltlgre$t Claus-
The term "insured" is used severally and not collectively, but the inclusion heroin 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 I of 2 pages I Risk: rev. 3/1/2018
(e) N olica of 0 ancelain or Ch a n e In C 3vera a Ead!2Lsg al o n
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.
(T) n in i r ov ra
Al policies shalt be in effect an 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 shatI fumish a certificate(s) showing that a new or extended policy has bean obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance an at least an annual
basis during the Term, If Contractor's insurance laps as or Is discontinued for any reason, Cantractor shall immediately notify the
City and immedlate ly 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 at seq.).
(g) F g re t Corn i
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. T h a City shall notify Contractor of such payment of premiums within thirty (3 0) days
Of payment stating the amount paid, the names) 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 properly from the site or facilities.
(h) Yerificatl_on of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certiilcates 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
Mquire 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) Setf-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 wlihin 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 Limi
The limits of Insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractors 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) Suildges Rik (Course 9fConstruction) n rg_ance
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, fnstallation, and testing at the City's site.
(I) c n c
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 10surerfsl
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 Ilst of California eligible surplus lines
insurers (LESL I list) and otherwise maet City requirements,
Page 2 of 2 pages_.._y..�,.... _._......__... __..._ _ _
Risk: rev, 3/112018
PARKS, RECREATION, AND CULTURAL SERVICES
To: Prospective Bidder MEMORANDUM
From: Steve Virrey, Parks Project Coordinator
Date: 2018
Subject: Requirements to Award Successful Quote
All bidders must abide by the Contractor Registration Law (SB 854) Go to
http/lwww.dir.ca.govlPublic-Works/PublicWorks.html for more information
Please fill in the blanks and include any additional costs in your quote to "obtain" these 4
items below as they will be required once the Successful Quote is awarded and before
any work can be begin:
Company Narrre: coo Dater
Address:
�,rCl`r�
Contractor's License No.:Sy�
Labor Rate:� ^
Overtime Rater
Parts and materials plus:
Truck charge: � p��,a � +,�,� �qZ
(Must be prevailing wages)
_ % Markup
Call out minimum: _ (hours)
Other:
(be specific)
1. Insurance requirements per the attached exhibit.
2. Workers' Compensation insurance coverage.
3. City of Lodi business license,
4. W-9 form per cuxr 1h�t I e ire
Customer's Signatur
Title:
If you have any question please contact me.
Steve Virrey
Parks Project Coordinator
City of Lodi- Parks Division
125 N. Stockton Street
Lodi, CA 95240
209-333-6800 Ext. 2653
k
;� QUOTE SUMMARY
V
COMPANY: LValley Iron Works, Inc.
on yallm ironworks.c
PHONE NO.:(209)368-7037
UOM DESCRIPTION
License 654179
Work would consist of repairs to existing metal
gates, hand railings, guard railings, bleachers,
and other metal fabrications. Other potential work
may consist of new fabrication that causes metal
to be permanently attached/joined by the use of
gases and electrical energy which creates
temperatures of sufficient heat to bond metal
together. along with related welding issues at park
facilities.
Labor rate:
$150.00/hour
Overtime rate:
$175.00/hour
Parts and materials plus % markup:
35%
1 Truck charge:
Included
Call out minimum:
2 hours
Other:
SUBTOTAL:'
7.75% SALES TAX:
FREIGHT:
GRAND TOTAL:
Date: June 12, 2018 3
Quote:
Meehlels Modular Buildings Jim Lusk Welding Co.
cnris meehieis_corn 5089 E. Woodbridge Road,
Acarnpo CA 95220
(209)334-4837 (209)368-7846
473488
10/$1501
in
for contracts in
:cess of $1,000
u for contracts
;cess of $1.000
15%
$300
2 hours
SIGNATURE: DATE:
Exhibit 2
(1 of 2)
IRON
WORKS-
127E.
ORKS-127E. HARNEYLANE STRUCTURAL STEEL FABRICATION PH. 209-368-7037
LODI, CA 95240 ORNAMENTAL IRON FAX. 209-368-2488
DIR # 1000000446 Contractors License # 654179 SBE # 52872
DATE: FEBRUARY 3, 2020
CUSTOMER: CITY OF LODI PARKS DEPARTMENT
ATTN: STEVE VIRREY
PROJECT: RAILS AND GATE AT LODI LAKE BOAT DOCK
WE PROPOSE ONLY THE FOLLOWING ITEMS:
SUPPLY AND INSTALL:
REPLACEMENT RAILING SIMILAR TO DAMAGED RAIL USING THE SAME SIZES AND TYPES OF
MATERIALS AND ANCHORAGE AS PREVIOUSLY USED WITH BLACK AND HUNTER GREEN
POWDER COAT FINISHES.
REPLACEMENT GATE AT EXIT SIMILAR TO EXISTING USING THE SAME SIZES AND TYPES OF
MATERIALS AS PREVIOUSLY USED WITH BLACK POWDER COAT FINISH (POST TO BE SET
BY OTHERS)
MATERIALS - $5,705.00
SHOP LABORS - $4,190.00
FIELD LABOR - $6,925.00
TOTAL $16,820.00 (TAXES INCLUDED)
TERMS & CONDITIONS:
1) GUARD RAILING AND GATE TO BE POWDER COATED BLACK. HAND RAILING TO BE POWDER COATED HUNTER GREEN.
Z) FIELD WELDS AND ABRASIONS TO BE TOUCHED UP WITH URETHANE PAINT TO MATCH. NEW RAILINGS WILL NOT MATCH WEATHERED
RAILINGS THAT ARE EXISTING, BUT WILL FADE SIMILARLY WITH TIME.
EXCLUSIONS:
1) ANY WORK. ANTUIE M T f TED A V
2) ANY MATERIAL ON CIVIL, MECHANICAL, PLUMBING, ELECTRICAL, AND LANDSCAPING (UNLESS NOTED ABOVE).
3) COST OF PERFORMANCE BONDS, PAYMENT BONDS, AND ANY PERMITS.
4) RELATED TO ENGINEERING, TESTING AND INSPECTIONS, INCLUDING BUT NOT LIMITED TO TEST REPORTS.
WE APPRECIATE THE OPPORTUNITY TO PROVIDE YOUR COMPANY THIS PROPOSAL. SHOULD WE BE AWARDED
THIS PROJECT, PLEASE REFER TO PROPOSAL AS EXHIBIT (A) IN CONTRACT DOCUMENTS,
BY:
z � A fra Al 77
JC]Nt TRAXLER
ESTIMATOR
ACCEPTED BY: TITLE:
DATE:
e
Exhibit 2
IRONH 2of2
1 140� f
WOR KS QL2_
127 E. HARNEY LANE STRUCTURAL STEEL FABRICATION PH. 209-368-7037
L ODI, CA 95240 ORNAMENTAL IRON FAX, 209-368-2488
DIR # 1000000446 Contractors License # 654179 SBE # 52872
DATE: FEBRUARY 3, 2020
CUSTOMER: CITY OF LODI PARKS DEPARTMENT
ATTN: STEVE VIRREY
PROJECT: RAIL AT MILLS AND TURNER
WE PROPOSE ONLY THE FOLLOWING ITEMS:
SUPPLY AND INSTALL:
REPLACEMENT RAILING SIMILAR TO DAMAGED RAIL USING THE SAME SIZES AND TYPES OF
MATERIALS AND ANCHORAGE AS PREVIOUSLY USED WITH BLACK POWDER COAT FINISH
MATERIALS - $871.00
SHOP LABORS - $1,353.00
FIELD LABOR - $693.00
TOTAL $2,917.00 (TAXES INCLUDED)
TERMS & CONDITIONS:
1) RAILING TO BE POWDER COATED BLACK.
EXCLUSIONS:
1) ANY WOM, QUANTITIES OR MATERIALS NOIED ABOVE.
2) ANY MATERIAL ON CIVIL, MECHANICAL, PLUMBING, ELECTRICAL, AND LANDSCAPING UNLESS NOTED ABOVE).
3) COST OF PERFORMANCE BONDS, PAYMENT BONDS, AND ANY PERMITS.
4) RELATED TO ENGINEERING, TESTING AND INSPECTIONS, INCLUDING BUT NOT LIMITED TO TEST REPORTS.
WE APPRECIATE THE OPPORTUNITY TO PROVIDE YOUR COMPANY THIS PROPOSAL. SHOULD WE BE AWARDED
THIS PROJECT, PLEASE REFER TO P�90."SAL AS EXHIBIT (A) IN CONTRACT DOCUMENTS.
BY:
C. TRAXLER
ESTIMATOR
ACCEPTED BY: , TITLE: DATE:
C -s
AMENDMENT NO. 1
VALLEY IRON WORKS, INC., a California corporation
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO.1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of 2020, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and VALLEY IRON WORKS, INC., a California corporation
(hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 10, 2018, as set forth in Exhibit 1, attached hereto and made part of; and
2. WHEREAS, CITY is requesting to amend the Agreement and increase the fees by an amount
not to exceed $19,737, for a total not to exceed amount of $29,737, for labor and material
costs to repair damages, and where necessary replace, a metal gate frame, metal posts, and
fabricated guard railings at Lodi Lake, resulting from an automobile accident, as more fully set
forth in Exhibit 2, and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation, VALLEY IRON WORKS, INC., a California
corporation, hereinabove called "CITY" hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER
City Manager
Attest:
PAMELA M. FARRIS, Assistant City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
J.QUTRAXLER
Title: Project Manager
RESOLUTION NO. 2020-31
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH
VALLEY IRON WORKS, INC., OF LODI, FOR REPAIR OF DAMAGES TO
METAL RAILINGS AND GATES AT LODI LAKE PARK PROPERTY
------------------------------------------------------------------------
------------------------------------------------------------------------
WHEREAS, on Sunday, January 26, 2020, an automobile accident damaged a number
of fabricated items at the Lodi Lake park property; and
WHEREAS, the damaged ironwork items were fabricated and installed in 2009 as part
of the Lodi Lake Discovery Center and Boat House improvements; and
WHEREAS, Parks, Recreation and Cultural Services is requesting to amend the existing
Professional Services Agreement with Valley Iron Works, Inc., to make needed repairs to the
metal railings and gates damaged in the accident; and
WHEREAS, the total cost of the repairs is $19,737 and will be paid out of the General
Liability Fund, with City Risk Management seeking recovery from the driver's insurance carrier.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 2 [inadvertently referenced as
Amendment No. 1 in the agenda and staff report] to the Professional Services Agreement with
Valley Iron Works, Inc., of Lodi, California, for repair of damages at Lodi Lake Park, in the
amount of $19,737; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. 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: February 19, 2020
hereby certify that Resolution No. 2020-31 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 19, 2020, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Johnson and Mounce
ABSTAIN: COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2020-31