Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Report - December 16, 2020 C-04
AGENDA ITEM C111004 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Mission Linen Supply ($10,000) MEETING DATE: December 16, 2020 PREPARED BY: Fire Chief RECOMMENDED ACTION. Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Mission Linen Supply ($10,000). BACKGROUND INFORMATION: On February 8, 2019, the Lodi Fire Department entered into a Professional Service Agreement (PSA) with Mission Linen Supply for linen rental and cleaning for all four fire stations. The PSA has a two year term, with one, one-year option to extend. The Lodi Fire Department would like to utilize the one, one-year extension and add an additional amount of $10,000 for the extended year for a total not to exceed amount of $28,000. FISCAL IMPACT: The cost of linen rental and cleaning has already been factored into the fiscal 2021 budget. FUNDING AVAILABLE: General Fund 100 —Fire Emergency Operations 10041000 Attachments Andrew Keys Andrew Keys, Deputy City Manager/Internal Services Director �A -to d dais IN.V .30, 2.01012:.:7 PST Gene Stoddart, Fire Chief AMENDMENT NO, 1 MISSION LINEN SUPPLY PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of 2024, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and MISSION LINEN SUPPLY, a California corporation (hereinafter "CONTRACTOR"). WITNESSETH: 1 . WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on February 1, 2019 {the "Agreement'}, as set forth in Exhibit 1, attached hereto and made part of; and 2. WHEREAS, CITY requested to increase the fees by an amount not -to -exceed $10,090, for a total not -to -exceed amount of $28,000, within the existing Sdope of Services; and 3. WHEREAS, CITY requested to extend the term of the Agreement through January 31, 2022; and 4. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "CITY" STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR, City Clerk Approved as to Farm: JANICE D. MAGDICH, City Attorney }drn MISSION LINEN SUPPLY., a California corporation hereinabove called "CONTRACTOR" t_Rt,bd MICHAEL H L Branch Manager Exhibit Z AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 9 PIARTIE8,AND PURPOSE Section 11.1 Partlae THIS AGREEWNT is entered into on _fie !as _$' , 20 F1 , by and between the CRY OF LOIN, a municipal corporation (hereinafter "CITY"), and Mises Linen Supply, a California Corporation (hereinafter "CCNTRACTOR"�. Section 1.2 ERIP&Se CITY selected the CONTRACTOR to provide the services required in accordance with attachad Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter Into an agreemant. with CONTRACTOR for fire station laundering with pick up and delivery (hereinafter "Praiect") 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 P Ag "VI S Section 2.1 gcoRg of ServIces CONTRACTOR, for the bengiit and art the direction of CITY, shah perform the Scope of Services asset forth In Exhibit A. SeWan 2.2 'T##ne Ear vrr Mncoment: rrrtd Complstlsm 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 2,8, whichever occurs first, and shall pert rm all services diligently and complete wand under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the ape of 5enAces. 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 faHure of CITY staff to provide requited data or review documents within the appropriate time framse. The review tkne by CITY and any other agencies Involved in the project wail 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 2 remain in contract with reviewing agarmies and make all efforts to review and ratan all comments. Section 2,3 Meati -ma CONTRACTOR shalt attend meetings as may be set forth in the Scope of Services. Stratton 2.4 Shft8 CONTRACTOR acknowledges that CITY has retied 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 shalt be performed by CONTRACTOR, unless agreed to otherwise by CITY In writing. CITY " be ndfied by CONTRACTOR of RRY change of Project Manager and CITY Is granted the right of a[pproYal of all otlgirfal, atkt lgt arul raplecoment.pAmon el_at CITY -'s sal discretion and stall 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 OR services vAhln the Scope of Services (Exhlblt A) and is prepwed to and can perform all services specified therein. CONTRACTOR represents that It has, or will have at the flute this Agreement is executed, all licances, permits, grallif€caiions, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expanse, keep in effect ging the We of this Agreement all such licenses, permits, qualifioalions, insurance and approvals, and shall indemnify, defend ark hold harmless CITY agalr t any costs associated with such Roarms, permits, qualifications, insurance and approvals which may be Imposed against CITY under this Agreement. Sect#tan 2.6 P� Unless prior written approval of CITY is obtained, CONTRACTOR shalt not enter into any subcontract with any other party for purposes of proMhq any work or services covered by ibis Agreement. serAwn Z8 TIM The term of this Agreement cornmences on February 01, 2019 and terrrtfnates upon the completion of the Scope of Services or on January 31, 2021, whichever occurs fast. Seddon 2.7 C?ptigrr. to Extend Term oT Aoreement At its option, City may extend the tern of this Agreement for an additional one (1 ) one (1) -year extens€on; provided, City gives Contractor no liss than thirty (3#}) days 2 written notice of its Intent prier 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 hili force and effeot. The total duration of this Agreement, including the exercise of any option under this paragraph, shale not exeeW three (3) years. ARTICLE 3 G M MSATIOM Section 3.4 Lornesmtian CONTRACTOR e cornpensation for all work under this Agreement shall conform to the provisions of the flee Proposal, atta&ed hereto as Exhibit 13 and Incorporated by this reference. CONTRACTOR shall not undertake any worts beyond the scope of this Agreement unless such additional work is approved in advance and In writing by CITY. Section 3.3 lft. Ithod of Payment CONTRACTOR shall submit Invoices for compleWd work on a monthly basis, or a$ OftrwlSe agreed, providing, without limitation, details as to amount 4f hours, Individual performing said work, hourly rata, and Indicating to what aspect of ttae Scope of Services said work is attributable. CONT ACTMe oDmpensWIon for all work under this Agreement shall nmt exceed the amount of the Fee Proposal, Section 3.3 QW The l`ee i'ropossi shad lnclude All reimbursable costs required for the performance of the Scope of Services. Payment of additional reMib rrsable casts considered to be over and above these inherent In the original Scope of Services shalt be approved in advanced and to writing, by CITY. Section 3.4 ►Auditing CITY reserves the fight to periodically audit all charges roads by CONTRACTOR to CITY for services under this Agreement. Ippon 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 recorcds pertaining to performance of this Agreement, CONTRACTOR agrees to provide CITY or its delegate with any rahwant Warmetion requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, dung nonnal business tours for the purpose of intervIv ing employees and 3 inspecting and copying such boas, records, accounts, and other material that may be relevant to a matter ureter Investigation for the purpose of determiring compUance with this requirement. COWRACTOR further agrees to maintain such records for a periost of three (3) years after final payment under this Agreement. ARTICLE 4 MIC g PROLSIONS Section 4.9 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not dhairninels 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 stoma, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 AOA Cmyllange In performing services under this Agreement, CONTRAGTOR shy comply with the Americans Wth Disabilities Act (ADA) or 11M, and all amendments thereto, as well as all applicable regulations and guidelines Issued pursuant to the ADA. Section 4.3 indemnificationand a n ' litLfor -0age CONTRACTOR to the fullest exiettt pem*4tted by law, shall indemnify and hold harmless CITY, its elected " appointed officials, directors, officers, employees and volunteers from and against any claps, damages, losses, and expmes (including reasOnable attomay`s feels and oasts), or" out of performance of the services to be performed under this Agraernent, provided that any such claim, damage, loss, or expense is caused by the negligent nota, errors or ornissiong of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone dimotlyr or IrxMvCt[y ampioW by any of therm, or anyone for whose acts they may be liable, except those injuries or damages arising MA of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elect and appointed officials, directors, of ars, amployeas and volunteers. CITY may, at its Bled on, conduct the defense or participate in the defense of any claire related in any way to this indemnification. If CITY choses at Re ow election to conduct its own defense, participate In its own tWonse, or obtain Independent legal counsel in defense of any claim related to this lndemniiicatlon, CONTRACTOR shall paay all of the casts related thereto, including without limitation reasonable attorney fans and costs. The defense and Indemnificat% obligations required by this Agreement are undertaken in addition to, and shall not In any way be limited by the insurance obUgatlons set forth herein. 4 Section 4.4 No Personal Liablift Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responalble for any liability arising under this Agreement. Section 4.5 ffe pens €Ijty of CITY CITY shalt not be held responsible far the care or protection of any material or parts of the work described In the Scope of Services prior to final accaptsnce by CITY, except as expressly provided herein. Section U jVjMtft-gzo Reeui rrtenfrs #nr CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as sol forth In Exhibit C attached hereto and incorporated by this reference. Sedtlon 4,7 suaceaaom and As ns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the wrltian consent of the others. CONTRACTOR shelf 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 sale discretion of CITY. Section 4.8 Notlg2s Any notice required to be given by the terms of this Agreement shall be In writing signed by an authorited representative of the sender and strati be deemed to have been given when the same is personally served or upon rmfpt by express or overnight delivery, postage prepaid, or three ( 3) days from the time of mailing N sent by Arst plass or certified mail, postage prsp a4 addressed to the respective pa ttes as follows: To CITY: Cky of Lodi 229 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Brad Doeil To CONTRACTOR: Mission linen Supply 7624 Reese Rd. Sacramento, CA 95628 Attn: Michell Hall Section 4.9 CgoaLaAlon of CITY CITY shall cooperate fully and In a timely manner In proWng relevant Information it has, at its d€sposal relevant to the Scope of services. El SMdan 4A0 CONTRACTOR Is Not an Em fa en# of CiiY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, It shall act ars an independent contractor for and on behaff of CITY and not an employee of CITY. CITY shall not direct the work and meatus for aacompiishment of Um services and work to be performed heounder. CITY, however, retains the dghl to require that work p m1orme;d by CONTRACTOR meet specific standards without regexd to file manner and means of accomplishment thereof. Suction 4.11 TeerMnatlar: CITY may temtiinate this Agreernent, with or without cause, by giving CONTRACTOR at least ton (10) days written notice, Where phases are anticipated within the Scope of Seniles, at which art intermediate decision is required concerning whether to-proceed-further, CITY may terminate at-the condusion-of-any-such phase, !Upon termination, CONTRACTOR shy be emptied to payment as set forth in the attached Exhibit 6 to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Pro*t and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for Goats, expanses or last profits resulting From services not completed or for contracts entered into by CONTRACTOR with third parties In reliance upon this Agreemard. Secftn 4.72 Contldrmtiariih CONTRACTOR agrees to maintain oonfidentieiity of all work and work products produced under this Agreement, e="t to the extent otherwise required by law or permitted In wriling by CITY. CITY agrees to maintain confidantlailty of any documents awned by CONTRACTOR and dearly marked by CONTRACTOR as "Confidential" or "Propriety f, except to the extent otherrwies requfed by law or permftted in waiting by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Kbic Records Act. SecgarE 4.13 licabie Law, 4ri i S"-prabilityd Aftrne's sera This Agreement shaft be governed by the laws of the State of Wfomia. Juriedicliom of litigation arising from this Agreement shall be vaned with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict vAh app kable ton, such part shark be inoperative, null, and void insofar as A is in conflict with said laws, but the remainder of this Agreement strand be in force and affect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any iiftgation of the dispute shaft be entitled to reasonable attorney's 6 fees frorn the party who does not prevail as determined by the San Joaquin County Superior Court. Sectlon 414 Clty_Buslnes: iGerr�e Reuulremorrt CONTRACTOR acknowledges that Lodi MurOcipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR sees to secure such license and pay the appropriate 'fees prior to performing any work Murder $ tton 4115 capfignA The captions of the recd ms and subsections of this Agreement are for convenience only and shall not be deemad to be relevant in resolvN any gLm9on or Interpretation or intent hereunder. Sin 4.16 Ift9pifto gog Kq0&aAotj This Agreement represents the entire understaiding of CITY and CONTRACTOR as to those matters contained herein. No prlor oral or written understanding shall be of any farce or affect with respect to those matters covered hereundeef. This Agreement may not be modified or altered except in wriling, signed by both parties. Se►ctlnn 4.1T Cortrct 'farms Prs�rall All exhibits and this Agreernent are Intended to be construed as a she document. Should any inconsistency occur between the specific terms of this Agreement and the of ched exhbft. the terms of this Agreement shag prevail. Seettan 4,19 Severability The Invalidity In who}e or in part of any provision of this Agreement shag Rot void or aftct the validity of any other provie"rarr of this Agreement. Section 4.19 4wneMblo of „D„ooMMonts All documents, photographs, reports, analyses, outfits, computer mom, or other material documents or data, and wonting papers, whether or not in lural form which have been obtained or prepared under this Agreement, shah be deemed Lha property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to Inspect all such documanta during CONTRACTOR's regular business hours. Upon termination or common of services under this Agreement, all Information collected, wom product and documents shah be delivered by CONTRACTOR to CITY wbin ten (10) calender days. CITY agneas to Indemnify, defend and hold CONTRACTOR harmless from any liability resulting from C.ITY's use of auch documents for any purpose other than the purpose for whkh they were Intended - 7 Sectlon 4.30 Aj&qft The undersigmd hereby represamt and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal RMR-ft Undinu CQnrfition§ [] If the box at left is checked, tip Federal Transit Funftg conditions attached as Exhibit 0 apply to this Agresrr►ent. In the event of a coniltct between the terms of this Agreement or any -of its ottw e4fts, and the Feral Transit Funding Conditions, the Federal Transit Funding Conditions will Conon]. IN WtTt4ESS WHEREOF, CITY and CONTRACTOR have executed this Agreenisnt ami of the date fret above written, UTY_O LODi, a.muniaipal_curporation - ATTEST: APPROVED AS TO FORM: JANICE D. MAG©ICH, City Attorney t Mhmlon Linen Supply, a California Corporation By. } Name: AAiatrsii Hall Title: Branch Manager Ash: Exhibit A - 8rops of Services ExhM 13 - Fee Pmpasxl ExhUM C - Insurmcs Rsquirem*m WH* D - FRderal -tF&n rtt Funding CamKlofm (H sppliambte) FumMog Source: Mft.7" tBUSInese unit it Account ft) !. R a O-oiGit 4 City of Lodi Fire Department Laundry Service Bid 2018 Scope., The City of Lodi Fire Department is solicited bW% for laundry service which included weekly plek-up and delivery at ea6 of the follow ng Vis, a Fire 5taVon 1230 W. Elm St. • Fire Station 2 2 S. Cherokee Ln. Are Station 3 2141 S. Ham in. • Fire Station 4 IW N. Lower 5acramentq ltd. The list of items requirkM laundeting Including estimated quantities are listed below. L Twin Fiat & Fitted Sheet 675 2. Pillow Case loll I Mh Towel 4400 4, Wash moth 1900 S. Dish Towel 8400 6. GrHI Pad 1W 7. Shop Towel 1300 A Mission Exhibit B Linen Supply FOSSION UNEN 4 UNWORM SERVICE CONFIDENTIAL PRICE INDEX for CITY OF LODI FIRE DEPARTMENT at Lodi, Ca CORPORATE OFFICES 702 MONTECITO STREET SANTA BARBARA CA 8OU-944-5539 SINGLE SHEET 1 QUEEN SHEET 16 $0.80 $8.00 PILLOW CASE 2 $0.30 BATH TOWEL 85 $0.45 #38.25 WASH CLOTH 40 $0.25 $10.00 BAR TOWEL 150 $0.16 822.60 GRILL PAD 2 $0,19 $0.38 SHOP TOWEL 10 $,10 $1,00 $81.7'3 LINEN MAINTENANCE 20°fo $18,35 SERVICE CHARGE $8,00 $8,00 $108.08 Approx. Annual Cosi: $5,518.16 Not to exceed $18.000 CORPORATE OFFICES 702 MONTECITO STREET SANTA BARBARA CA 8OU-944-5539 EXHIBIT c MOTE: The City of Lodi is now using the online Insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online Insurance program requesting you to forward the email to your insurance provlderlsj to submit the required Insurance documentation olectronically Insurance Requirements for Most Contracts [Not construction or requiring professional liability] Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of tha work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence' basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 43 or 25 04) or the general aggregate limit shall be twice the required occurrence Ilmit. 2. Automoblfa Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,400,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of Califomia, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,040 per accident for bodily injury or disease. Cather Insurance Provisions: (a) A d;lional NamLnspred Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor €nctuding materials, parts, or equipment furnished in connection with such work or operations. General IIability coverage can be provided in the form of an endorsement to the Contractnr's insurarce (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38: and CG 20 37 if a later edifion is used (b) Primary and Nan-Coniributary Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Ccntractors insurance and shall not contribute with it. (c) Waiter of 5ubrocahg Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be recessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY OF, LODI must he shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp�ect that it is insuring. (d) Sp fab0itv of interest Clause The term "insured" is used severally and not oolIectivel y, but the inclusion herein of more than one insured shall not operate increase the limit of the company's liability under the Contractors commercial general liability and automobile 1iabi14 policies. (e) Notice of Cancellation gr ChangE ±n c overage Endorsamen 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 Rine St., Lodi, CA 95240. Page 1 I of 2 pages T �' - - - Risk: rev. 3/112018 l (i) !;0I[nuItg of Cavavaae All poltGes shall be in effect on or before the first day of tha Term of this Agreement. At least thirty (30) days prfor to the expiratlon of each Insurance poiley. Contractor shall furnish a oertifeete(s) showing that a new or extended policy has been obtained which meets ft minimum requ(remants of this Agreement. Contractor shall provide proof at continuing Insurance on at least an annual basis during the Term, If Contractars insurance looses or Is discontinued for any reason, Contractor shall Immediately notify the City and fmmedlately obtwo replacement Insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodl shall provide for a claims period following termination of coverage which Is at (east consistent with the claims period or statutes of flmltalions found In the 0all fomla Tort Claims Act (Cal lfomia Government Code Section 814 at 9eq,}. (g) EallulA to Comply If Contractor falls or refuses to obtain and maintain the required lnsurence, or falls to provide proof of coverage, the City may obtain the insurance. Contractor an all reimburse the City for premiums paid, with interest on the premium paid by the City st the maximum allowable legal rate then in effect in CaNfornla. The City shat! notify Contractor of such payment of premiums within thirty (30) days of payment atalirig the amount paid, the name(it) of the insurer(s), and rate of Interest. Contractor shall pay such mlmW memant and Interest on the first (lst) day of the month following the City's notice. Flatwithslsnding any other provision of this Agreement, If Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or falls 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 facifitles and earn mence and dfhgenlly pursue the removal of any and all of Its personal property from the site a iscillties. (h) Varif1ggUQa of Cgveraae Canaultsnt shall furnish the City with a copy of the policy declaration and endoreernant page(s), original cortiticatas and amendatory endorse Monte a cop lea of the applicable policy Inng;raga effect+rig coverage requirad by this clause. All certtliGotes and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the worts beginning shalt not waive the Can aultonI's obligation to provide them; The City reearvas the rlgnt to require complete, certified copies of at required Insurance policies, including ondorsamen is required by these speclflcallons, at arty time. Falture to exercise this right ahall not con otltuts a waIvor of the City's right to exorctoa aftsr the effect Iva data. (1}sSe f�lns %! Fie n n Self•insored retentions must be declared to and approved by the City. Tha CIty may require the Consultant to provide proof of ability to pay lenses and ralatea InveaIigaIions, cialm a dm Inltire lie n, and date nsa expenses within the rotention. Tha policy language shall provide, or be andarsad to pravido, I h a I the 9elf•in9Lined rate ntlon may be satisfied by either the named Insured or CFty, 4f fneutgnce Limits The limlis of Insurance described hereln shall not Ifmlt the Ifabitlty of the Contractor and Contractor'e officers, employees, agents, representatives or subcontractors Contractor's obligation to defend, indemnity and hold the City and Its officers, officials, amployoos, agents and volunteers harmless under the prnvislans of this paragraph is not limited to a restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of Insurance. (icj Subr� traolars Consuite nt shall require and verify that all subron tre oto ra maIntoIn Insurance meeting all the req ulrementa stated herein, and Consultant shell ensure that City Is an additional Inaured an insurance required from aubcontrsctors (l) QvAll5ed Insursrfsf All insurance required by the terms of this Agreement must be provided by Insurere IIoansed to do buatnose In the State of California which are rated at least "A-, VI' by the AM Best Ratings 0uide, and which are acceptable to the City, Non -admitted surplus IInes carriers may be accepted provided they are included on the mast race n(Hat of Calffornla eligible surpius lines Insurers ILESLI list) and otherwiaa meet City requirements. Signature: :::i� a` cMiN �lU 202D 34:11 i=mail; jmagdich@todi.gov Page 2 1 of 2 petgea Rlek; rev, 31112018 RESOLUTION NO. 2020-297 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH MISSION LINEN SUPPLY, OF SACRAMENTO --------------------------------------------------------------- WHEREAS, on February 8, 2019, the Lodi Fire Department entered into a Professional Service Agreement with Mission Linen Supply, of Sacramento, for linen rental and cleaning for all four fire stations; and WHEREAS, the Lodi Fire Department would like to utilize the optional one-year extension and add an additional amount of $10,000 for the extended year for a total not -to - exceed amount of $28,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Mission Linen Supply, of Sacramento, California, thereby extending the term to January 31, 2022, and increasing the fees by an amount not to exceed $10,000, for a total contract amount not to exceed $28,000; 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: December 16, 2020 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2020-297 was passed and adopted by the City Council of the City of Lodi in a regular meeting held December 16, 2020 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None JENNIFE , USMIR ` City Clerk 2020-297