HomeMy WebLinkAboutAgenda Report - June 17, 2020 C-06c-(o
AGENDA ITEM
Crry on Lonr
CouNcn ConnMUNICATToN
TM
AGENDA TITLE:
MEETING DATE:
PREPARED BY:
Adopt Resolution Authorizing city Manager to Execute Amendment No. 2 to
Professional Services Agreement with Tri-City Power lnc,, for the Support of the
City's Uninterrupted Power Supplies in the City's Main Data Center, Police ServerRoomandLodiElectricUtilityoperationsCenter(@)
June 17,2020
I nformation Technology Manager
RECOMMENDED AGTION: Adopt resolution authorizing City Manager to execute Amendment
No. 2 to Professional Services Agreement with Tri-City Power lnc.,
for the support of the City's uninterrupted power supplies in the
City's main data center, police server room, and Lodi electric utility operations center ($96#A409
$37.549?!.+',).
BACKGROUND INFORMATION: The City currently uses an uninterrupted power supply (UpS) to
ensure the continuing functionality of the City's data center, police
seryer room and Lodi electric operations center during a power
outage. The UPS agtg e stop gap until the facility generator is activated and bares the bàd during a
power outage. The UPS also acts as e surge protector to the critical servers and sensitive electronics
that make up the City's network. The UPS needs annual maintenance to ensure proper operation and
guarantee the protection of components that make up the City's data center and network. The batteries in
the UPS units need to be replaced every 4 to 5 years.
Amendment 2, Exhibit 1, is adding the UPS at Lodi Electric seruer room under a 1-year maintenance
contract with the vendor, ending at approximately the same time frame as the original professional
lervices Agreement in August ol 2O21, adding an additional $1,gg0 for maintenancJand service, and
$+,oeOi1g5.69 for battery replacement for the UPS at Lodi Electric. The amendment also addsbatteryreplacementfortheUPSattheCity'smaindatacenteratacostof@.
Tri-City Power originally installed the UPS at the Police Department in September of 2003. The City and
th,e vendor currently haye a Z-year Professional Services Agreement in place that expires Auguét 31,
2021, in the amount of $5,440, see Exhibit 2. ln September of 20,19, new batteries weie purchãsed for
the UPS for $10,803.43, see Exhibit 3,
ln March of 202O, the City executed Amendment 1, Exhibit 4, to the Professional Services Agreement to
add an 18-month maintenance contract for the UPS in the City's main data center in the amount of
$4,785.
Staff recommends that the City Council authorize the City Manager to execute Amendment 2 to the
|Professio-nalServicesAgreeme-lrtwithTri-cityPowerforaiotalcoðtotW'1i¡-c¡tv
Power will supply maintenance for UPS in Lodi Electric operations center, City main data center and Lodi
AppROVED: SteveSchwabauer
Stephen Schwabauer, City Manager
Police Department server room. ln addition, Tri-City will supply and install new batteries for Lodi Electric
Utility and the main data center's UPS.
FISCAL IMPAGT:A functioning UPS system is critical to the protection of the City's
datacenter. This contract ensures the proper operation and maintenance of
the UPS. The contract is managed by the lT Division, which is
approximately 50 percent funded by the General Fund.
FUNDING AVAILABLE:
lnformation Technology Division 10020400.72450 $gg*e4ßg
$33,983,55
Lodi Electric Utility 50061000,72359 $3#1+00
$3565.69
Andrew Keys
Andrew Keys
Deputy City Manager
Attechments
AMENDMENT NO.2
TRI-CITY POWER, INC
Professional Services Agreement
THIS AMENDMENT NO. 2 TO AGREEMENT, is made and entered this day of
2020, by and between the CITY OF LODI,a municipal corporation
(hereinafter "CITY'), and TRI-CITY POWER, lNC., a California Corporation (hereinafter
"ooNTRACTORT,
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
("Agreement") on August 426, 2019 as set forth in Exhibít 1, attached hereto; and
2. WHEREAS, CITY purchased new batteries for the uninterrupted power supply at the
Lodi Police server room for $10,803.43 as set forth in Exhibit 2 attached hereto; and
3. WHEREAS, CONTRACTOR and CITY approved Amendment 1 to the Agreement on
March 2,2020 as set forth in Exhibit 3, and attached hereto; and
4. WHEREAS, CONTRACTOR and CITY requested to amend the Agreement to service
uninterrupted _p9we1 supply at Lodi Electric Utility operations center and purchase
batteries for $å€{€j3,.595.-09 as set forth in Exhibit 4 attached hereto; and
5. WHEREAS, CONTRACTOR and CITY requested to amend the Agreement to purchase
new batteries for the unintenupted power supply for the City's main data center for@ as set forth in Exhibit 4 attached hereto; and
6. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreement and fees as set forth in
Exhibit 4. All other terms and conditions of the Agreement remáin unchanged.
lN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 2 on the date and year first above written.
crrY oF r-þor,a municipal corporation TRI-CITY POWER lNC., a California
corporation
JORDAN GREENE
Secretary
STEPHEN SCHWABAUER
City Manager
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney N
AMENDMENT NO. 2
TRI-CITY POWER, INC
Professional Services Agreement
THIS AMENDMENT NO. 2 TO AGREEMENT, is made and entered this _ day of
rn"'"*'."''''';, T#''åi áii i"&;Ëi,'1i,.1''J 3: l;3,,1,: ¿"i,i?:Ti:i' åiåï:ï,"J"coNTRACTOR').
WITNESSETH
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
("Agreement") on August +4,2019 as set forth in Exhibit 1, attached hereto; and
2. WHEREAS, CITY purchased new batteries for the uninterrupted power supply at the
Lodi Police server room for $10,803.43 as set forth in Exhibit 2 attached hereto; and
3. WHEREAS, CONTRACTOR and CITY approved Amendment 1 to the Agreement on
March 2,2020 as set forth in Exhibit 3, and attached hereto; and
4. WHEREAS, CONTRACTOR and CITY requested to amend the Agreement to service
uninterrupted power supply at Lodi Electric Utility operations center and purchase
batteries for $ePfO39,565.69 as set forth in Exhibit 4 attached hereto; and
5. WHEREAS, CONTRACTOR and CITY requested to amend the Agreement to purchase
new batteries for the uninterrupted power supply for the City's main data center for
@ as set forth in Exhibit 4 attached hereto; and
6. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreement and fees as set forth in
Exhibit 4. All other terms and conditions of the Agreement remain unchanged.
lN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 2 on the date and year first above written.
CITY OF LODI, a municipal corporation TRI-CITY POWER lNC., a California
corporation
STEPHEN SCHWABAUER
City Manager
Attest:
JORDAN GREENE
Secretary
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Form
JANICE D. MAGDICH
City Attorney (s
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE I
PARTIES AND PURPOSE
Section l.l Parties
THIS AGREEMENT is entered ¡nto on4ffi#2019, by and between the CITY
OF LODI, a municipal corporation (hereinafter "C|TY"), and Tri-City Power lnc., a
California corporation (hereinafter "CONTRACTORT,
Section ,l.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 maintenance
and support of uninterrupted power supplies for the City's datacenter and server rooms
(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 F.or Gommencement and Gompletion 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.
CONTRACïOR shall submit to GITY 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 pedormance period. Also, any delays due to
ry
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRAGTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetlnqs
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Stafflnq
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 pedorm 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.
Section2.S Subcontra_cts
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 August 1, 2019 and terminates upon
the completion of the Scope of Services or on July 31,2021, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Sectlon3.l Compensation
CONTRACTOR's compensation for allwork 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 additionalwork is approved in advance and in writing by CITY.
Section 3.2 Method of Pavment
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 allwork 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 Audltlnq
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement, Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Sectlon 4.1 Nondiscrlminatign
ln performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the €ngagement of any sub
CONTRACTOR on the basis of race, color, religiorì, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compllance
ln 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 lndemnification and Responsibllitv for Dam{qe
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. lf 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 BerÊgnalLlabllltv
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.
4
Section 4.5 Responsibilltv 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 lnsurance Reaulrements 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 $uccessqrs and Aesiqns
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: Benjamin Buecher
To CONTRACTOR: Tri-City Power, lnc
P.O. Box 1113
Riverbank, CA 95367
Section 4.9 Cooperatlon 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 Emplov-ee 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
5
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.
Sectlon 4.,lr @!-na!!g!
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 contraots
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confldentlalitv
CONTRACTOR agrees to maintain confidentiali$ 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 othenruise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act,
Section 4.13 Appllcaþle Law. Jurlsdlction. Severabllitv. and Attornev'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. lf 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. ln 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.
6
Section 4.l4
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 performlng any work
hereunder.
Section 4.r5 Èpllong
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.
section4.16@
This Agreement represents the entire understanding of CITY and
CONTRAGTOR 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 Gontract 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.
Sectlon 4.lE SeverabllFv
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,
section4.rg @
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 GITY 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,
7
Section 4.20 $1!þ¡[!y
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Sectlon 4.21 Federal Translt Fun{lnq-Conditions
t] lf the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement, ln 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 Translt Funding Conditions will control.
lN WTNESS WHEREOF, CITY and GONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipalcorporation
ATTEST:
FER M
Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
City Manager
'TR.t -eÍTq Powere ="te'r .
a C nuì 1o ahn C o a fu r¿ntt o'+>
By:O ) - ,rz-*--=---
Name: Jóídan Greerie
Title:Secretary
Attachments:
Exhibit A - Scope of Servlces
ExhlbltB-FeeProposal
Exhiblt C - Insurance Requlrements
Exhibit D - Federal Translt Fundlng Conditlons (lf appllcable)
Fundlng Source:- iBusi"ess Unlt & Account No.)
Doc lD:
CA¡Rev,01,2015
B
Tri-Ci{ Power,lnc
P.O. Box 1113
Riverbank, CA 95367
(20e) 575-1969
Exhibit A & B
lnvoice
'T-lrP
BILL TO
City of Lodi
22l W. Pine Street
Lodi, CA 95240
SHIP TO
Lodi Police Departmênt
Attn:Benjamin Buecher
215 W. Elm Street
Lodi, CA 95240
TERMS
Net 30
cRtTlcÀL PowER soLuTtoNs
ENCLOSED|NVO|CE #
3003
DATE
05121t2019
TOTAL DUE
$5,440.00
DUE DATE
0612012019
ACTIVITY
Maintenance Agreemenb:Full Service Malntenance Agreement
2-Year Service Agreement
. Unlimited corrective UPS maintenance - Labor and travel included. Parts are not included.
lTWo Pl¡l visíts per year, to be performed during normal working hours, (Monday - Friday, 8 AM to 5
PM, excluding holidays.).9¡ ,i!e smergency response not to exceed next business day.
. 7 124 Emergency phone service.
._Semi-annual battery prevenlive maintenance, to be performed during normalworking hours
(Monday - Friday,
8 AM to 5 PM, excluding holidays.). Battery replacement oi repair ís ríot covered.
Equlpment List: Mltsubishi 2033C, S/N: 03-GRK7Q1-01 and (30) associated batteries
Coverage Dates: 06/01/2019 - 05/31/2021 BALANCE DUE
-Terms are net 30 days,
-Please include invoice number wilh your payment.
-We accept Visa, Master0ard, Discover and American Express.'
'ïhere wlll be a 3% Fge added to credit card billlng.
AMOUNT
5,440.00
$5,440.00
Exhibit C
øTri-City Power
Overall Stâtus: Approved
9o
lnfo Contract Number ProJect Number
O ø 2a9-s7s-1969
ProJect Name
TriClty
Depaftment Name
Lodl lnternalServices
ProJect Status
Approved
General Llablllty
Ase¡l
o3n212019 -O3t12t2020
Pollcyr 8KS59633026
lnsuren !ôhlir 5âtUrltylnC$å!!S.tþüpo¡y
Each Occu¡rence:
$1,000,000
Fire Damôge (ôny one flre):
$100,000
Med.exp {any one person):
Personal/adv lnJury:
$1,000,000
General (Aggreg6te):
$2,000,000
Prod ucts-conrp/op Agq:
$2,000,000
$
Approved
Automoblle Llablllty
Ase!¡
121 22 I 2018 - 12 I 22 I 2019
Pollqn 84040000049887
lnsuren Mercr¡rv lq¡uÌåültg compar¡y
Comblned Shgle Llmlt (Eô Accldent):
$1,000,000
Bodlly lnJury (Per Person):
Bodlly lnjury (Per Accldent):
Propenyr
$
$
$
Approved
Excess Walved
Workers
Compensatlon
Ase!¡
o6/ot/2019 - 06/ot/2020
Pollclr ElG263646lOl
I nsurer: Ðpls¿yÊfåÊfgtrE{Êf ¡$Sq!il¡Íg.Ês$pe.0)¿
E.L. Each Acclden¡:
$1000,000
E.L. Dlseãse - Ea ErTìpoyee:
$r,ooo,ooo
E.L. DlseðsÊ - Pollcy Llmlt:
$r,000,000
Approvåd
Professiona l/Ll abf I lty Walved
Requested Documents Approved
Requlrements Notes:
EXHIBIT C
NOTE: The CIty of Lodl is now ustng the onllne lnsurance prcgnm PíNS Aûtantage, Once you have bean awarded a
conlract you wtll receíve an emall from the Ctty's onllne insurance program requestlng you to lotward tha email to your
insunnce provldels) to submltthe rcqulred lnsurance documentatlon electronically
lnsurance Reoulrument8 for lT Vondor Serulçgs
Contractor shall procure and maintain for the duration of the contract insurance against claims for injurles 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. Commerclal General Llablllty (CGL): lnsurance Services Office Form CG 00 01 covering CGL on an "occunence" basis, including
products and completed operations, property damage, bodily injury and personal & advertlsing injury_ with llmits no. lesg than
bl,000,000 per occurrenc,e. lf a general aggregate limit applies, either the general aggregate llmit shall apply separately to this
projecllocation (lSO CG 25 03 or 25 04) or the generâl âggregete limit shall be twice the requlred occurrence llmlt,
2. Automoblle Llablllty: 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 dâmage.
3. Workers' Compensation: as required by the State of Califomia, with Statutory Limlts, and Employer's Llabllity lnsurance wlth limit
of no less than $f ,000,000 per accident for bodily injury or disease.
4. Cyber Llablllty lnsurance, with limits not less then $2,000,000 per occurrence or claim, $2,000,000 aggregate. Coverage shall
be sufficiently broad to respond to the duties and obligations as is undertaken by Vendor in this agreement and shall include, but
not be limiteó to, claims involving infringement of intellectual property, including but not limited to infringement of copyright,
trademark, trade dress, invasion of privacy violations, information thefr, damage to or dêstruction of electronic information, release
of private information, alteration of electronic information, extortion and network security. The pollcy shall provide coverage for
breach response costs as well as regulatory fines and penalties as vrrell as credit monitoring €xpenses with limits sufficient to
respond to these obligations.
Other ln¡urance Provlglone:
(a) Addltisnel Named lnsured Status
the City of t-oOi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers ere to be covered
as additional insureds on the CGL and auto policy with respect to liâbility arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connectlon with such work or operations. General
liability coverage can be provlded in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
Cc20101l85orif notavallable,throughtheeddltionof bothCG2010,CG2026,CG2033,orCG2038;etlCCG2037ifa
later edition is used
(b) Pflmarv€nd Non-OontrlþutorvhsurêncðEndorsemsnt
ftré iim¡ts of inEurance cove¡age required may be satisfied by a oomblnatlon of primary and umbrella or oxoess insurance, For
any clalms related to this contúct, the Contractor's insurance coverage shall be primary coverage åt lesst es broad es ISO CG
20 01 0413 as respects the Entlty, its officers, officials, employees, and volunteers, Any insurance or self-insurance malntalned
by the Entity, its offc¿rs, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Walver of Suþroqation Contractor hereby grants to City of Lodi a waiver of any right to subrogation whlch any insurer of said
Contractor may acqulre against the City of Lodi by virtue of the payment of any loss under such insurance. Contraotor egrèe8 to
obtain any endbrsement that may be necessary to affect this walver of subrogatlon, but this provision applles 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 llTY OF LODI must be shown along wlth (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 oroiect
that it is insuring.
ffi
(d)
The term rêd" ls used and not but the incluslon herein of more than one insured shall not to
(e) Notice of Canoellatlon or Change ln Coverâqs Endorgement
@þdnoithecoveragereducedbythecompânywithout30day9.priqr.writtennoticeofsuch
canceltation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
(0 Continultv of Coveraqe
át panias snal O¿ iñ óffect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of åach insurance policy, Contractor shall fumish a
'certificate(s)
showing that a new or extended pollcy has been obtalned which
meêts the minimum requiroments of thls Agreement. Contraetor shall provlde proof of contlnuing insurance on at loast an annuâl
basis during thê Term. lf Contractor's insuiance lapses or is discontinued for any reason, Contractor shall immediately nofiry the
City and immediately obtain replacement insurance, Gontractor agrees and stipulates that any insurance coverage provided to the
CitÍ of Lodi shall provide for a cleims perlod followlng termlnation of cowrage which is at least consistent with the cleims period or
staiutes of limllations found in the California Tort Claims Act (Califcmia Government Code Section 810 et seq.),
(S) Fallure to Comolv
i}¡ontractar fail3or refus€s to obtain and mainte¡n the r€quired insurance, or fails to provide proof of coverage, the City may obtain
the insuranca. Contractor ehall reimburse the City for premlums paid, with lntôrest on the premium paid by the City at lhe maximum
allowable lêgal rate then ln efßct in California. The Clly shall notiff Contractor of such payment of premlums within thirty (30) days
of payment ãtating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
anã interest on the ftrst (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 insurence,
the City may terminate thls Agreement,upon such breaeh. Upon such termination, Contractor shall immedlately cêâse use of the
S1e or faciliies and commence and diligently pursue the removal of any and all of its personal property from the site or fecillties.
(h)
(m)
o
(¡)
(k)
(D
Verificatlon of Coveraoe
Cònéuliànt strall fumish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or iopies of the applicable policy language effecting coverâgê required by this clause. All certificates
and endorsements are to be reoeived and approved by the City before work commences. However, failure to obtain the requlred
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves- the right to
require comþbte, certified copiés of ail required insurance policies, including endorsoments requled by these spôoification8 -at
any time. Fd¡lure to exerclse this rlght shall not constitute a walver of the Gltyrt rlght to er€rcþe after the effectlve
date.
Self-tnsured Relentions
Eelilnsuted¡etentlonemust be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investlgations, claim administrâtion, ând defense expenses wlthin the rotention, The pollcy,language shall
provide, or be endorsed to provide, that the self-insured retention may be satislied by either the named insured or City,
lnsurance Limits
ûe l¡m¡ts of lnsurence described herein shell not limit the llability of the Contractor and Contractor's offlcers, employeês, agÊnts,
representatives or subcontractors. Contracto/s obligetlon to defend, indernnify and hold the City and lts offlcers, oflicials,
employeeg, agents and volunteers harmless under the provisions of this paragraph is not llmited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance'
Subcontractorq
ConsultÊnt shâll require and verify thet all subcontrectors maintain insurance meeting all the requirements steted herein, and
Consultant shall ensure that C¡ty is an additional insured on insurance required from subcontractors
Claims Made Follôies
lf any of the required policies provlde cov€rage on a claims-made basls:
1. Thê Rêtrosctlvê Dete must be shovì,n and must be before the däte of the contrect or the beglnning of contract work.
2. lnsurance must be maintained and evidence of insuranc,e must be provlded for at least fìve (5) years after completion of the
contract of work.
3. lf coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior
to the contráct effective date, the Consultant must purchase "extended reporting' coverage for e minimum of five (5) years after
completion of contract work.
Qualifiad lneurer(sl
¡tti-¡nsurancê rsqulred by the terms of this Agreement must be provided by insurers llcensed to do business in the Stete of
California which are râtdd at least "A-, Vl' by the AM Best Ratings Gulde, and which are acceptable to the City. Non'admitted
surplus lines caniers may be eccêpted provided they are included on tho most recent list of California ellgible suçlus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 | of2 pages I Risk rev. 31112018
Exhibit 2
Memo
To:Steven Schwabauer / Andrew Keys
From: Benjamin Buecher
cc:
Date: September 12,2019
Re:Tri-City Power - Uninterrupted Power Supply (PD)
C¡ty of Lodi
Purchase request
The server room at the Police Station is backed up with a UPS to prevent power interruptions. This unit
needs maintenance on an annual basis. Tri-City power was the original installer for the unit and has
been contracted in the past to perform maintenance. The unit was currently inspected by a technician
from Tri-City Power and has recommended replacing all the batteries in the unit. Currently, the unit is in
a failed stated because all the batteries are end of life. There are a total of 30 batteries and 4 capacitors
that need to be replaced for a subtotal of $9,932.
Total price with tax and shipping: $10,803.43
Funding Source: 1 0332000,72306
o",",1lYrlæn
Approver re
Trl-Clty Pourer, lnc
23743 S. Chrlsman
Tracy, CA 95304
(209) s75-196e
billlng@trl-cltypower.com
EXHIBIT 2
'Tl/,-P
Proposal
CRITIGAL POWER SOLUÎIONS
PROPOSAL# 1647
DATE 09/03/2019
EXPIRATION DATE 1 OIO2I2O19
ADDRESS
City ot Lodi
22'l W. Pine Street
Lodi, Ca 95240
SHIP TO
Lodi Police Department
215 W. Elm Street
Lodi, CA 95240
ACTIVITY
Capacltors:DC Caoacllors
Reþlacement 250ìi DC Capacitor for Mitsublshl 2033C UPS System
Bstledes:Roplaoomenl Batterlee
Replacemeni t 2V VRLA battory for Mltsubishi 20ogc UpS System
QTY
SUBTOTAL
TAX
SHIPPING
TOTAL
4
30
RATE
396,75
180.00
2,945,00
AMOUNT
1,s87.007
5,400.007
2,945.00
9,932,00
576.43
295.00
ol in
SAMto
Any parts and labor outside of above scope which are deemed necessary
as a result of deflclencies found will requlre a Changs Order to proposal
and will constitute additional billing at cunent TCP T&M Rates.
Terms are nat 30 days. Prices in this proposal are valid for B0 days. This
quotatlon ls subjgcl lo tho "Terms and Conditlons" on the follow¡ng pages.
Any required licenses, permits or additional fees are not includ€d.
Applicable taxes and frelght addltional and wlll be added to the lnvoice at
cost.
Please email P,O. to billing@tri-citypower.com
We accept Visa, MasterOard, Dlscover and American Express.
$10,803.43
Thank you for considering Tri-Clly Power for your power protection n€€ds.
Should you have any qusstíons or require additional informatlon please do
not h€sitate to contact us at 209-575-1 969,
6 dnuol¿oz
J. /.
Crr7
Accepted By
o.f
Accepted Date ?/'/,
Exhibit 3
AMENDMENT NO. 1
TRI-CITY POWER, INC
professionar services Agreement /Tbrü â, âæo
THIS AMENDMENT NO. 1 TO AGREEMENT, is made and entered tf,ft llt #
day oftþl¡¡¡y- -rå0å€, by and between the CITY OF LODI, a municipal corporation
(hereinafter .CITY'), and TRI-CITY POWER. (hereinafter'CONTRACTOR').
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services
Agreement ("Agreement") on August 1, 2019 as set forth in Exhibit 1 and
attached hereto;
2. WHEREAS, CITY requested to amend said Agreement as set forth in Exhibit 2;
and
3. WHEREAS, CONTRACTOR agrees to said amendments.
NOW, THEREFORE, the parties agree to amend the Agreemenl and fees as set
forth in Exhibit 2. All other terms and conditions of the Agreement remain unchanged.
lN WITNESS WHEREOF, CITY and CONTRACTOR have executed thís
Amendment No. 1 on the date and year first above written.
CITY OF LODI, a municipalcorporation TRI-CITY POWER lNC.
ER E:n Greene
City Manager Title:Secretary
Attest:
€iffilcrk
Approved
Hssìs/¡ar t
as to Form:
,&-,
Cfl-l
a- m,rrb
êæ
Deputy City Attorney
Tri-City Power, lnc
3900 Pelandale Ave Suite 420-221
Modesto, CA 95356 US
(209) 575-1e69
BILL TO
City of Lodi
221W. Pine Street
Lodi, CA 95240
lnvoice
Exhibit 3
'TCP
SHIPTO
LodiPolice Department
215 W. Elm Street
Lodi, CA 95240
CRITICAL POWER SOLUTIONS
ENCLOSEDINVO|CE #
31 54
P.O. NUMBER
Amendment 1
DATE
02125t2020
TOTAL DUE
$4,785,00
DUE DATE
03126t2020
TERMS
Net 30
ACTIVITY
if
"ttnî,îts#s'.9Âr,.".$î'5,ïJlservlceMaintenanceAsreement
'Unlimited correctivë UPS maintenance - Labor and travel included. Pans are not included,. Three PM Visits per 18-m
FM, excl
ohth ,tobê performed during normalworking hours, (Monday -
8AMto5
em next business day.
maintenance, to be performed with PM during normalworking
holidays.)
repair is not covered
Equipment:Eaton 9390 60KVA UpS & Battery System, S/N: EJ331CBC03
Coverage Dates: 03/01/2020 - 08t25t2021
-Terms are net 30 days.
-Please include invoice number with your paym€nt.
-We accept Visa, Master0ard, Discover and American Express."
-There will be a 3% Fee added to credit card billing.
BALANCE DUE
AMOUNT
4,795.00
$4,785.00
Exhibit 4
Tri-City Power, lnc
3900 Pelandale Ave Suite 420-221
Modesto, CA 95356 US
(209) s75-1 969
billing@tri-citypower.com
'TCP
Proposal
CRITICAL POWER SOLUTIONS
PROPOSAL# 1793
DATE 06/16/2020
EXPIRATION DNIE 07 I 1 5I2O2O
ADDRESS
City of Lodi
221 W. P¡ne Street
Lodi, CA 95240
SHIP TO
City of Lodi
Electric Utility
1331 S. Ham Lane
Lodi, CA 95242
ACTIVITY
Batteries:Replacement Batteries
Replacement 12V VRLA Battery for Best UPS System, S/N: 8C123FK002
at City of Lodi EUD
Services:Labor & lnstallation
Provide and lnstall (4) Replacement 12V VRLA batteries into Best UPS
System at City of Lodi EUD as customer reports that unit is cunently in
Bypass. Old batter¡es will be disposed of in accordance with all federal,
state and local regulations. Any parts or labor outside of this scope which
are deemed necessary due to deficiencies found while onsite will require a
Change Order lo this quote and/or accompanying Lodi Purchase Order.
Work to be performed while following social distancing and PPE
guidelines as set forth by the State of CA. Work to be performed during
regular business hours, Monday through Friday, I AM to 5 PM.
QTY
4
SUBTOTAL
TAX
TOTAL
RATE
168.75
945.00
AMOUNT
675.007
945.00
1,620.00
55.69
$1,675.69
An Acceptance Test will be performed as part of first PM of Service
Agreement. Any repairs deemed necessary as a result of deficiencies
found is additional and billable at our current T&M Rates.
Terms are net 30 days. Prices in this proposal are valid for 30 days. This
quotation is subject to lhe "Terms and Conditions" on the following pages.
Any required licenses, permits or additional fees are not included.
Applicable taxes and freight additional and will be added to the invoice at
cost.
Please email P.O. to billing@tri-citypower.com
We accept Visa, MasterCard, Discover and American Express.
Thank you for considering Tri-City Power for your power protection needs.
Should you have any questions or require additional information please do
not hesilate to contact us at 209-575-1 969.
Accepted By Accepted Date
Tri-City Power, lnc
3900 Pelandale Ave Suite 420-221
Modesto, CA 95356 US
(209) 575-1 969
billing@tri-citypower.com
Exhibit 4
PROPOSAL# 1794
DATE 06/16/2020
'T.lE¡P
CRITICAL POWER SOLI..ÍTIONS
Proposal
ADDRESS
City of Lodi
221 W. Pine Street
Lodi, CA 95240
SHIP TO
City of Lodi
Electric Utility
1331 S. Ham Lane
Lodi, CA 95242
ACTIVITY
M,aintenance Agreements:Full Service Maint€nanc€ Agreement
1 2-Month Service Agreement
. Unlimited correctivé UPS maintenance - Labor and travel included.
Parts are not included.
. Two PM visits to be performed during normal working hours, Monday -
Friday, I AM to 5 PM, (excluding holidäys.). p¡ sile emergency response not to exceed next business day.. 7 124 Emergency phone service.. Semi-annual battery preventive maintenance, to be performed during
normal working hourê, Monday - Friday, I AM io 5 PM, (excluding "
holidays.)
. Battery replacement or repair is not covered.
Equipment List: Best UPS, S/N: 8C123FK002 and (4) associated batteries
Coverage Dates: 06/1 5/2020 - 0611412021
QTY
1
TOTAL
RATE
1,890.00
AMOUNT
1,890.00
An Acceptance Test will be performed as part of first PM. Any repairs
deemed necessary as a result of deficiencies found is additional and
billable at our current T&M Rates.
Terms are net 30 days. Prices in this proposal are valid for 30 days. This
quotation is subject to the "Terms and Conditions" on the following pages.
Any required licenses, perm¡ts or additional fees are not included.
Applicable taxes and freight additional and will be added to the invoice at
cost.
Please email P.O. to billing@tri-citypower.com
We accept Visa, MasterOard, Discover and American Express.
P.O. #
Thank you for considering Tri-City Power for your power protection needs.
Should you have any questions or require additional information please do
not hesitate to contact us at 209-575-1 969.
$1,890.00
Accepted By Accepted Date
Exhibit 4
Tri-City Power, lnc
3900 Pelandale Ave Suite 420-221
Modesto, CA 95356 US
(209) 575-1 969
billing@tri-citypower.com
'Tlr-P
Proposal
CRITICAL POWER SOLUTIONS
PROPOSAL# 1772
DATE 06fi6/2020
EXPIRATION DATE 07 11 5I2O2O
ADDRESS
City of Lodi
221 W. Pine Street
Lodi, CA 95240
SHIP TO
City of Lodi
210 W. Elm Street
Lodi, CA 95240
ACTIVITY
Batteries:Replacement Batteri€s
Replacement 12V VRLA Baltery for Eaton 9390 UPS System, S/N
EJ331CBC03
UPS Systems:LOD Display
lglurb¡slrgd Replacement Display for Eaton 9390 UPS System, S/N:
EJ331 CBC03
ServÍces:Labor & lnstallation
Provide and lnstall (40) Replacement 12V VRLA batteries as current
batteries have reached the end of their expected service life and are
test¡ng.w_eak. Provide and lnstall (1) Refuibished Replacement Display for
Eaton UPS System as current display has failed. Olij batteries will be-
disposed of in accordance with all federal, state and local requlations.
Work to be performed during regular business hours, Monda]r through
Friday, 8 AM to 5 PM.
QTY
40
SUBTOTAL
TAX
TOTAL
RATE
225.61
181 .25
2,990.00
AMOUNT
9,024.407
181 .257
2,990.00
12,195.65
759.47
Any parts or labor outside of this scope which is deemed necessary due to
deficiencies found while onsite ¡s additional and will require a Change
Order to this quote and/or accompanying PO.
Terms are net 30 days. Prices in this proposal are valid for 30 days. This
quotation is subject to the "Terms and Conditions" on the following pages.
Any required licenses, permits or additional fees are not included.
Applicable taxes and freight additional and will be added to the invoice at
cost.
Please email P.O. to billing@tri-citypower.com
We accept Visa, MasterCard, Discover and American Express
P.O. #
Thank you for considering Tri-City Power for your power protection needs.
Should you have any questions or require additional information please do
not hesitate to contact us at 209-575-1 969.
$12,955.12
Accepted By Accepted Date
Exhibit 4
'T.lrlÐ
CRIÍCAL POWER SOLUTIONS
TCP
QUOTATION TERMS AND CONDITIONS
1) PRICES AND TAXES. All prices herein are firm for goods and/or services ordered within thirty
(30) days from the date of this quotation specifying delivery as quoted in this proposal. Prices
stated herein do not include freight, handling charges or sales tax unless these items are
specifically listed and priced in this quotation. Prices stated herein are F.O.B. Shipping Point
(unless otherwise stated). TCP shall list on its invoices any such tax collectible by TCP at the
time of the sale which is lawfully applicable to any such goods or services otherwise payable by
the Purchaser and not subject to exemption or resale certificates.
2) PAYMENT. Payment of invoice is due within thirty (30) days of the invoice date unless
otherwise stated in the body of the quotation. Payment to TCP shall not be contingent on third
party payments to Purchaser. Any payment not made when due shall be subject to an interest
charge at the maximum rate permitted by law. Additionally, if any payment is not made when
due, TCP reserves the right to refuse to provide any further goods or services until such payment
and the applicable interest charge have been received.
3) SHIPMENT. lf the Purchaser cannot accept delivery of equipment, he will arrange for storage.
TCP shall not be liable to or responsible for any damages or loss for delay or default in delivery
due to any cause beyond TCP's reasonable control, nor shall Purchaser cancel or have the right
to cancel lts' Purchase Order because of delays or default in delivery due to such causes.
4) LIMITED LIABILITY. Purchaser agrees that TCP's total liability on any claim, for any loss or
damage, shall not exceed the total amount paid by the Purchaser to TCP. TCP shall not be liable
for any incidental or consequential damages, including without limitation, loss of use, loss of
profit, or liability to third parties, unless such loss, damage or similar injury is attributable to the
sole negligence or misconduct of TCP, its employees, agents or representatives.
5) DISCLAIMER OF WARRANTY. TCP makes no warranty of any kind, express or implied, for
goods or services to be supplied by TCP. Notwithstanding the above, TCP agrees to supply
Customer, any warranties that may be provided by the manufacturer of replacement parts and
TCP warrants that the services described in this quotation shall be performed in a professional
and workmanlike manner by qualified personnel following manufacturer's published
specifications, standards, and guidelines and in accordance with industry standards. TCP shall
not be responsible for the failure to provide goods and/or services due to causes beyond TCP's
reasonable control.
6) GOVERNING LAW. This quotation and the performance thereof shall be governed by the
laws of the State of California.
7) ACCEPTANCE. This quotation is expressly limited to these terms and conditions. Any terms
and provisions of the Purchasers' order or other Purchasers' documents which are inconsistent
with any of the terms and conditions hereof are rejected, and will not be binding on TCP or
considered applicable to the sale of the goods or services ordered. Acceptance of the terms and
conditions hereof by the Purchaser shall be conclusively indicated by the Purchaser's placing an
order and the subsequent sale and shipment by TCP of the products or services covered by this
quotation. No modifications of this document, whether by Purchaser in its Purchase Order or
otherwise, shall have any effect or be binding upon TCP if in conflict with the quotation prices,
terms and conditions or specifications stated or referred to, unless expressly agreed to in writing
by a duly authorized official of TCP.
RESOLUTION NO. 2O2O-
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO
PROFESSIONAL SERVICES AGREEMENT WITH TRI-CITY
POWER, INC., FOR UNINTERRUPTED POWER SUPPLY
WHEREAS, the City entered into a Professional Services Agreement on August 1,2019
with Tri-City Power, lnc.; and
WHEREAS, the City purchased new batteries for the uninterrupted power supply at the
Lodi Police server room for $10,803.43; and
WHEREAS, the City approved Amendment 1 to the Agreement on March 2,2020; and
WHEREAS, the City requested to amend the Agreement to service uninterrupted power
supply at Lodi Electric Utility operations center and purchase batteries for-$Q€4O_$!!65rQQ,
and to purchase new batteries for the uninterrupted power supply for the City's main data center
$12 955 12:and
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute Amendment No. 2 to Professional Services Agreement with Tri-City Power, lnc., of
Riverbank, for service to uninterrupted power supply at Lodi Electric Utility operations center,
and purchase new batteries for the uninterrupted power supply for the City's main data center
for a total cost of $15,705.65.
NOW, THEREFORE, the Lodi City Council does hereby authorize the City Manager to
execute Amendment No. 2 to Professional Services Agreement with Tri-City Power, lnc., of
Riverbank, for service to uninterrupted power supply at Lodi Electric Utility operations center,
and purchase new batteries for the uninterrupted power supply for the City's main data center in
the amount notto exceed@; and
BE lT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 1116119, 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: June 17,2020
I hereby certify that Resolution No. 2020-- was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 17 ,2020, by the following vote:
AYES: COUNCIL MEMBERS -
NOES: COUNCIL MEMBERS -
ABSENT: COUNCIL MEMBERS -
ABSTAIN: COUNCIL MEMBERS -
PAMELA M. FARRIS
Assistant City Clerk
2020-