Loading...
HomeMy WebLinkAboutAgenda Report - October 20, 2021 C-10AGENDA ITEM CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Mobile Modular Management Corporation, of Livermore, for Temporary Office Space for Lodi Electric Utility Facility Renovation Project ($47,684.40) MEETING DATE: October 20, 2021 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Mobile Modular Management Corporation, of Livermore, for temporary office space for Lodi Electric Utility Facility Renovation Project, for $47,684.40. BACKGROUND INFORMATION: On March 18, 2020, Council awarded the Professional Services Agreement for temporary office space for Lodi Electric Utility Facility Renovation Project to Mobile Modular Management Corporation, for $181,422. The current lease expires on December 31, 2021. Delays in the bidding and award process due to Covid related issues requires that we extend our lease. Mobile Modular has agreed to extend our lease at the current lease terms for an additional six (6) months. The amended lease will end on June 29, 2022 which will give us time to complete our renovation project and move staff back into the remodeled area. All other terms and conditions remain the same. Amendment No. 1, if approved, will increase the total contract amount to $193,709.59 and provide funding to extend the current lease through June 29, 2022. Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Mobile Modular Management Corporation, of Livermore, for temporary office space for Lodi Electric Utility Facility Renovation Project, for $47,684.40. FISCAL IMPACT: This project will reduce costs associated with unplanned and emergency maintenance and repair work for these deteriorating facilities; and ADA and security improvements will increase safety and reduce risk of injury for employees and the public. The addition of covered storage will extend the life of inventory and assets and reduce the risk of damage. This project will not affect the General Fund. APPROVED: Steve SCi1WabaUer Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$\WP\PROJECTS\MISC\Electric Utility\EUD Remodel 2020\C -Amend Mobile Modular PSA.docx 10/5/2021 Adopt Resolution Authorizing City Manager to Execute Amendment No 1 to Professional Services Agreement with Mobile Modular Management Corporation, of Livermore, for Temporary Office Space for Lodi Electric Utility Facility Renovation Project ($47,684.40) October 20, 2021 Page 2 FUNDING AVAILABLE: LEU Capital Fund 501 (Project No. EUCP-21007) - $47,684.40 Andrew Keys Andrew Keys Deputy City Manager/internal Services Director -D:�w Charles E. Swimley, Jr. Public Works Director Prepared by Gary Wiman CES/GW/cd Attachment cc: Melissa Price, Rates & Resources Manager Gary Wiman, Construction Project Manager Mobile Modular Management Corporation Signature: lrlf .rkfmirnrr{or[ 1 i, 1071 M:77 PDT) Email: jberkheimer@lodi.gov Signature: (0rI I I.7+)71 Z0:.t6 Poi) Email: sschwabauer@lodi.gov Jeff Berkheimer Jeff Berkheimer Electric Utility Director Signature: a,r,,6 r (� Email: akeys@lodi.gov \\cvcfilv02\pubwks$\WP\PROJECTS\MISC\Electric Utility\EUD Remodel 2020\C—Amend Mobile Modular PSA.docx 9/30/2021 AMENDMENT NO. 1 MOBILE MODULAR MANAGEMENT CORPORATION PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and MOBILE MODULAR MANAGEMENT CORPORATION, a California corporation (hereinafter "CONTRACTOR"). WITNESSETH: WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on December 9, 2020 (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 $47,684.40 for a total not to exceed amount of $193,709.59, within the existing fee schedule as set forth in Exhibit 2; and 3. WHEREAS, CITY also requested to extend the term of the Agreement through June 29, 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 MOBILE MODULAR MANAGEMENT CORPORATION, a California corporation STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney KRISTEN ERICKSON Sr. Operations Specialist Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2020, by and between the CITY OF LODI, a municipal corporation iereinafter "CITY"), and ,MOBILE MODULAR MANAGEMENT CORPORATION, a California corporation (hereinafter "CONTRACTOR"). This AGREEMENT is subject to the terms and conditions set forth in CONTRACTOR'S Addendum, which is attached hereto and incorporated herein as Exhibit E (hereinafter "Exhibit E"). 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 temporary offices during construction (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 SER_ VICEg 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 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Stafflna CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR. 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 CONTRACTOR may utilize qualified subcontractor(s) in the performance of CONTRACTOR's Scope of Services, at CONTRACTOR's sole discretion and risk. CONTRACTOR shall maintain responsibility for all work performed by its subcontractors to the same extent as if such work were performed by CONTRACTOR directly. Section 2.6 Term The term of this Agreement commences on September 2, 2020 and terminates upon the completion of the Scope of Services or on December 31, 2021, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Ct3mpensatiorr 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 Wade 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 Reg istration - Labor Code '17'25.5 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 pepartment 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, 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 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 he approved in advanced and in writing, by CITY. 3 Section 3.6 ;AB 6261 Public_ Contract Code Section 9204 - PLIblic Works PCO{BCt Contract Dispute Resolution Procedure Section 9204 of the California Public Contract Code (the "Code") provides a claim resolution process for "Public Works Project" contracts, as defined, which is hereby incorporated by this reference, and summarized in the following: Definitions: "Claim" means a separate demand by a contractor sent by registered mail or certified rnail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City under a contract for a Public Works Project. (B) Payment of money or damages arising from work done by, or on behalf of, a contractor pursuant to a contract for a Public Works Project and payment for which is not otherwise expressly provided or to which a claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the City. "Public Works Project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any ind. Claim Resolution Process: (1) All Claims must be properly submitted pursuant to the Code and include reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will conduct a reasonable review, and within a period not to exceed 45 days, will provide the claimant a written statement identifying the disputed and undisputed portions of the Claim. The City and contractor may, by mutual agreement, extend the time periods in which to review and respond to a Claim. If the City fails to issue a written statement, paragraph (3) applies. Any payment due on a portion of the Claim deemed not in dispute by the City will be processed and made within 60 days after the City issues its written statement. (2) If the claimant disputes the City's response, or if the City fails to respond to a Claim within the time prescribed in the Code, the claimant may demand in writing, by registered mail or certified mail, return receipt requested, an informal conference to ,meet and confer for settlement of the issues in dispute, which will be conducted within 30 days of receipt. If the Claim or any portion thereof remains in dispute after the meet and confer conference, the City will provide the claimant a written statement, within 10 business F1 u days, identifying the remaining disputed and undisputed portions of the Claim. Any payment due on an undisputed portion of the Claim will be processed and made within 50 days after the City issues its written statement. Any disputed portion of the Claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, as set forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a civil action or binding arbitration, as applicable. (3) A Claim that is not responded to within the time requirements set forth in the Code is deemed rejected in its entirety. A Claim that is denied by reason of such failure does not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by the Code will bear interest at 7 percent per annum. (5) Subcontractors or lower tier subcontractors that lack legal standing or privity of contract to assert a Claim directly against the City, may request in writing, on their behalf or the behalf of a lower tier subcontractor, that the contractor present a Claim to the City for work performed by the subcontractor or lower tier subcontractor, The request shall be accompanied by reasonable documentation to support the Claim. Within 45 days of receipt of such written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the Claim to the City and, if the original contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so. The Claim resolution procedures and timelines set forth in the Code are in addition to any other change order, claim, and dispute resolution procedures and requirements set forth in the City contract documents, to the extent that they are not in conflict with the timeframes and procedures the Code. Section 3.7 Auditint} 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 E 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 Nondiscriminatior3 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 Responsibilily Responsibilityfor Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful rnisconduct 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 6 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 - Refer to Exhibit E for Loss or Damage Provisions. Section 4.6 Insurance RectuJiremots. for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C, as amended, 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. Neither party shall assign or transfer any interest in this Agreement without the prior written consent of the other party. Such consent shall not be unreasonably Withheld. 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: Gary Wiman To CONTRACTOR: Mobile Modular Management Corporation 5700 Las Positas Road Livermore, CA 94551 Attn: Sales Manager 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. 7 Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this ,Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least thirty (30) days written notice, subject to the termination provisions set forth in Exhibit E. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California public Records Act. Section 4.13 AUlicable 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. 8 Section 4.15 Cantimis The captions of the sections and subsections of this Agreement are for -onvenience 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. With the exemption of Exhibit E, the terms and conditions of which shall prevail over those set forth herein, should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which nave 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 AuthorW The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement; 9 Section 4.21 Fedara_i Transit Funding Com( ons ❑ If the box at left Is checked, the Federal Transit Funding conditions attached ale (Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of Its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER CUSMIR r' City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney Janice D. Magdich By - - - - CITY OF LODI, a municipal corporation Steve Schwabauer STEPHEN SCHWABAUER City Manager MOBILE MODULAR MANAGEMENT CORPORATION, a California corporation By: 14 'M 1. Nama: Kristen Erickson Title: Sr. Operations Specialist Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Condlfions (If applicable) Exhlbit E - CONTRACTOR'S Addendum Funding Source: (Business Unit S Account No.) Doc ID: fAiRev.02.7017 10 Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written, ATTEST: JENNIFER CUSMIR City Cleric APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager MOBILE MODULAR MANAGEMENT -- CORPORATION, a California corporation By: Lb Name: A&ten Erickson Title: Sr. Operations Specialist Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Exhibit E - CONTRACTOR'S Addendum Funding Source: (Business Unit & Account No.) Doc ID: MRev.02.2017 10 Mobile Modular Management Corporation Lease Quotation and Agreement 5700 Las Positas Road Q��1i��Livermore, CA 94551 RTf�� P. Quotation Number. 312165 Customer POIRef: Exhif�it AIB Phone: (car.) a�a moUu Uate otf�uote: 0V1ff!U2U Fax: (925) 453-3201 Term: 8 Months """^d'°I'sii0""""""" www.mobilemodular.com N Sign up for the Easy Lease Option (sesend of document for details) City of Lodi Y City of Lodi I Questions? 1331 South Ham Lane Y 1331 South Ham Lane Contact: Kevin Gibson Lodi, CA 95242-3995 N Lodi, CA 95242 N Kevin.Gibson@mobilemodular.com N $327.00 N $475.00 Dira,d Phone. (026) 463-2143 Gary Wiman Y Gary Wiman N Fax: (925) 453-3201 gwiman[a?lodl-gov $9,100.00 gwiman@lodi.guv $2,080.00 N Phone: (209) 484-1619 N Phone: (209)484-1619 N $475.00 Restroom, 12x58 HCD (NonStd) 1 $2,500.00 Restroom Building. Non -Standard Configuration. Size excludes 3'towbar.FRP interior.No windows. RNT, Ramp 1 $794.00 Office, 48x60 HCD (NonStd) 1 $3,351.00 Non -Standard Configuration. Size excludes 3'towbar. RNT, Ramp 1 $468.00 I Restroom, 121l3Q HCD (NonStd) Block and -Level -Building -(A3) -(PW) Prevailing WageCert. Payroll Delivery Haulage 12 wide Delivery Haulage Permit 12 wide Delivery Haulage Pilot 12 wide Drawings,Wet Stamped,Foundation,Standard Wet 5fampedEagineamd Install F=oundation, riiedown (Bivl) (PW) Prevailing WageCert. Payroll RNT, Ramp Install I C ica. 411x60 HCD (NonStd) Block and Level Building (A8) (PW) Prevailing WageCert. Payroll Delivery Haulage 12 wide Delivery Haulage Permit 12 wide Delivery Haulage Pilot 12 wide Drawings,Wet Stamped, Foundation,Standard Wer StampodEer;gmwo 9d Install Foundation, Tledown (Biel) (PW) Prevailing WageCert. Payroll Modifications RNT, Ramp Install Thank you for contacting Mobile Modular. Mobile Modular is a division of McGrath ReMCorp. 312165, 04-17-2020 10:50 AM prod 1 1 l 1 l 14 1 4 4 4 1 36 1 I $640.00 $653.00 $112.00 $327.00 $475.00 $142.00 $3,800.00 $9,100.00 $520.00 $89.00 $260.00 $475.00 $142.00 $1,694.00 $2,074.00 $2,500.00 Y $794.00 Y $3,351.00 Y $468.00 Y $640.00 N $653.00 N $112.00 N $327.00 N $475.00 N $1,988.00 Y $3,800.00 N $7,995.00 $9,100.00 N $2,080.00 N $356.00 N $1,040.00 N $475.00 N $5,112.00 Y $1,694.00 Y $2,074.00 N $21,931,00 Total $ 29,926.00 .. 17 f www.mobilemodular.com Page 1 of 5 Lease Quotation and Agreement Quotation Number: 312165 Customer PO/Ref: Date of Quote: 04/17/2020 Tenn: 6 Months Cleaning Fee Prepare Equipment For Removal (A3) (PW) Prevvlling WageCert. Payroll Removal, Tiedown (PW) Prevailing WageCert. Payroll Return Haulage 12 wide Return Haulage Permit 12 wide Return Haulage Pilot 12 wide RNT, Ramp Removal Office. 48x60 HCD (NonStd) Cleaning Fee Prepare Equipment For Removal (A8) (PW) Prevailing WageCert. Payroll Removal, Tledown (PW) Prevailing WageCert. Payroll Return Haulage 12 wide Return Haulage Permit 12 wide Return Haulage Pilot 12 wide RNT, Ramp Removal mo�l�mo u ar P 1 $125.00 $125.00 N 1 $540.00 $540.00 N 14 $52.00 $728,00 N 1 $653.00 $653.00 N i $112.00 $112.00 N I $327.00 $327,00 N 1 $3,800.00 $3,800.00 N $6,296.00 4 $125.00 $500.00 N 1 $5,798.00 $5,798.00 N 36 $52.00 $1,9P2.00 N 4 $520.00 $2,080.00 N 4 $89.00 $356.00 N 4 $260.00 $1,040.00 N 1 $2,074.00 $2,074.00 N $13,720.00 Total $20,005.00 Monthly Charges = $95,368.68 Subtotal of Monthly Rent $7,113.00 ($7,947.39 x 12) Personal Property Expense $228.70 One-time Charges = $50,656.51 9 Taxes on Monthly Charges Total Monthly Charqss Including ax) $605.69 $7,947.39 Total Charges = $146,025.19 Charges Upon Delivery (including tax) $30,651.51 Charges Upon Return (including tax) Total One Tlms Charges (Including lax) $20,005.00 $50,856.61 Additional Note: —REVISION #3- Removed skirting."'"Revision #2. The 48x60 originally quoted is no longer available. Added another 4840. Original quote expired. Updated quote with current pricing""REVISION #1 - Added 12x56 Shower Unit. —Security screens (windows), security. bar (doors), piers, and pads are included. Optional skirting, seismic tie -downs, foundation drawing, and ramp/step have been quoted. Modification cost is to build custom floor plan. Optional furniture is available at an additional charge. Quote is based on a level and accessible site by normal truck delivery. Buildings containing a restroom(s): Restrooms are not self-contained. Where applicable, manifolds are shipped loose and assembled and connected by others. Water & sewer stub -out locations may vary. Paper & soap dispensers, sanitary and trash receptacles are not provided. Budgetary Quote: Pricing provided is for budgetary purposes only. A revised quotation will be provided once project details are clarified. If you are new to modular buildings and wondering what you need to know about them, please visit www.mobllemoclularrents.com and view our FAQ worksheet "Considering Modular Buildings for Your Space Needs?". "Delivery pricing is estimated based on delivery within 50 miles of branch location. Pilots and permits not included and may be required. We look forward to working with you to refine your requirements. Delivery Date: Delivery Date: Delivery date will not be confirmed until Mobile Modular receives and approves the signed Agreement and all credit conditions have been met. Flooring (Carpet): This building ships standard with used carpet in good condition. Carpet may have some discoloration or wear and a carpet bar will be utilized at modline seams. New carpet is available for an additional charge. If provided, new carpeting should receive a minimum of 72 hours of airing -out time, under well -ventilated conditions, prior to occupancy. Fire Related Items: Unless noted, fire related items (alarms, sprinklers, smoke & heat detectors, and fire -rated walls, etc.) are not Thank you for conlacdng Mobile Modular. Mobile Modular is a division of McGrath RentCorp. www.mobllemoduIsr.com 312165.04-17-2020 10:50 AM prod Page 2 of 6 Lease Quotation and Agreement Quotation Number: 312165 Customer PO/Ref: Date of Quote: 04/1 T/2020 Term: 8 Months molImuaoul a r Included. - General: Customer's site must be dry, compacted, level and accessible by normal truck delivery. Pricing doss not include any clearing or grading of sites, obstruction removal, site or final building dean up , any asphalt transitions, dally, crane, fork] electrical or plumbing connections, window coverings, furniture, casework, appliances, doorstops, phone or data lines, gutters, downspouts or tie-in, temporary power, temporary fencing, traffic control, flagmen, soil and/or pull teat, custom engineering, fees associated with inspections, city or county submittals and/or use parm its, security screens, door bars and any item not specificaily listed as being included. Ramps: Site conditions may affect ramp configuration and cost. Customer is responsible for transition from end of ramp to grade and for extended or custom rails, if needed. Ramp skirting is available for an additional charge. Mobile Modular provides used/refurbished ramps - new ramps are available for purchase only. Skirting: Skirting installation & removal is not included unless otherwise noted. When included, it is non-structural, non -fire rated and cosmetic only. Skirting pricing assumes a level site. Tie -downs: Quantity and price may vary based on seismic source factor and site conditions. Patch and repair of site after removal is not included and is the responsibility of the Customer. Alternative non -penetrating seismic system is available for an additional charge. Wet -stamped engineering available for an additional charge. Used building rental: Quotation is for a used or refurbished modular building. There may be variations in wall paneling, flooring, or other exterior and interior finishes. Dimensions are nominal unless otherwise stated. Yes - Prevailing Wage: Pricing includes prevailing wage and certified payroll for installation work performed on site. Restroom, 42x56 HCO (NonStd) FdT Fii[_-]F] LAPtr ._ rte. 1 . + '� '� . fi � � � r i.:� ��:,:, irw., paw � �� •n,:d 1 �„ MAI- tt�Wf1 1 +il Mn, 161.1 All drawings and specifications are nominal. Thank you for contacting Mobile Modular Mobile Modular Is a division of McGralh RentCorp, www.mobilernodulw.com 312165. 04-17-2020 10:50 AM prod Page 3 of 5 Lease Quotation and Agreement Quotation Number: 312165 Customer PO/Ref: Date of Quote: 04/17/2020 Tenn: 8 Months Office, 48x60 HCD (NonStd) r► ,� X11 .Y 4i ,h t • ,r garrp damp i riui l+ +lumg MAW + r. IF I L I 1 � . - 4 1 All drawings and specifications are nominal. .i 831:/4 J 0 0511 , M0911 M2 u ar tMn llrtMcr-OvMIAMW • Quote is valid for 30 days. • A minimum cleaning charge per floor will apply for modular buildings. • Customer's site must be dry, compacted, level and accessible by normal truck delivery. Costs to dolly, crane, forklift, etc. will be paid by customer. Unless noted, prices do not include permits, ramp removal, stairs, foundation systems, foundation system removal, temporary power, skirting, skirting removal, engineering, taxes or utility hookups. • Subject to equipment availability. Unless noted, equipment and related furnishings, finishes, accessories and appliances provided are previously leased and materials, dimensions, and specifications vary. Detailed specifications may be available upon request. For lease transactions, Mobile Modular reserves the right to substitute equal or better equipment prior to delivery without notice. • This transaction is subject to prior credit approval and all terms, conditions, and attachments of MMMC's standard contract. • Security deposit and payment in advance may be required. • Rent will be billed in advance every 30 calendar days. • Sales Tax will be calculated based on the tax rate at the time of invoicing. • Unless otherwise noted, prices do not include prevailing wages, Davis -Bacon wages, or other special or certified wages. Thank you for contacting Mobile Modular, Mobile Modular is a division of McGrath RentCorp. 312165,04-17-2020 10:50 AM prod www. mo bl lemod ular,com Page 4 of 5 _ExhibitC NOTE The City of Lodi Is now using the online Insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required Insurance documentation electronically Insurance Re uiramants for Most Coraracts Not construction or reSitilring professional liability) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence' basis, including products and romptQled 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 shalt apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit_ Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non, owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Other Insurance Provisions: (a) Additional Named Insured Slatus 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 1185 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b) Primary and Non- Con Ed bu lory 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 Contractors 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 maintain" by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of 5ut3r ; tign Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE. (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the proiect that it is insuring. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate tp increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. (e) Notice of Cancellation or Changa in CmIragp Qnderrsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. Page 11 of 2 pages Risk: rev. 3/112018 mobile Lease Number: 210045078 modular EXHIBIT E Addendum to Agreement for Professional Services dated September 25, 2020 (tiro "Agreement") between Mobile Modular Management Corporation ("Lessor") and City of Lodi ("Lassos") A. ENTIRE AGREEMENT: This Addendum is hereby incorporated in its entirely into the Agreement referenced above, as Exhibit E. In the event of any conflicts between the Agreement and this Addendum, the terms of this Addendum shall prevail_ B. LOSS OR DAMAGE: Upon delivery and until the modular building(s) (the 'Equipment) leased under this Agreement is returned to Lessor, Lessee assumes all risk of less or damege to the Equipment and agrees to indemnity and hold Lessor harmless from any loss result ng from theft, destwdlon or damage to the Equipment. Should any of the Equipment damaged be capable of rnpair. the Agreement shall not terminate. but at Lessee's cost and expense the Equipment shall be repaired and reslored to its condilimt existing prior to such daniagn In the avant nny of the Equipment is ourni mpd bayond rarsan or is lost. stolen or wholly doMrcyod, the Atiroamenl sl%all cease ted tannin air. as to such Equipment as of the date of the event, acrideril at grcurrry(1ce causing such loss or deylruclIon. and Lessee shill pay Loswf within inn t1o) days thereoflor, an amount equal to the fait reptaeamant vithie of ttto Equipneril. 1.assurr Shull he efrlitied to Ihu benefil of Ria procoods from any insgranco recovery suceivad by Lessor, +ip to an rimotpM agrpat to Thal paid la Leaser purssnrnI 1n this Aur agraph C. INSURANCE; Lessee shall provide, maintain, and pay all premiums for insurance covering the loss, theft, destruction, or damage ofthe Equipment in an amount not less than the Insurance Value for each building as indicated in the table below, naming Lessor as loss payee of the proceeds. Lessee shall also provide, maintain, and pay all premiums for general liability insurance (minimum of 51,000,000 per occurrence). naming Lessor as an additional Insured. All insurance shall be in a form and with a company satisfactory to Lessor, and shall not be subject to cancellation without thirty (30) day's prior, written notice to Lessor. Lessee shall deliverto Lessor certificates of insurance proving the existence of all policies meeting the above requirements. In the event that Lessee is self-insured. Lessee may provide proof of self-insurance meeting requirements equivalent to those imposed herein D. WAIVER AND INDEMNIFICATION: Lessee hereby waives and releases all claims against Lessor for loss of or damage to all property, goods, wares and merchandise in, upon or about the Egvlpment, and for injuries to Lessee, Lessees agents and Third persons, 4reapecHra of the cause of such loss, damage or injury except resutling from Lessor's ne"irce. TO Ills extent peemitled by applicable law. Lessee agrees to Indemnify and hold harmless Lasser from and against any and all losses, ilablitlea, costs, expenses (Including attorney Ions), claims, aCllons, and demands ('Claims') arising out of the maintenance, possooWon or use of the Equipmcftt by Leaseo, tta employees, agents of any pereon invited, suffered or permilled by Lessee to use or be in, on or abaN the Equipment. In no event shall Lessor be responsible for Claim& rasulting from Lessee's Bala or gross negligence or Wilful misconduct, Each party's duty of indemnWscaalon shall be in proportion he Ra allocated share of )bent negligence, E. CONSEQUENTIAL DAMAGES: Under no circumstances shall either party be liable to the vurer party for any special, incidental or consequential damages resulting frorh lease or use o((he Equipment, including, but net limited to, anticipated foss or bras of businnss fu prehfs F. BILLING AND PAYMENT: Forthe purposes ofthis Agreement, a month is defined as 30 calendar days. The first 30 -day billing period will commence upon delivery c(the Equipment and subsequent rental invoices will be issued every thirty (30) days thereafter unllt the Equipment is returned to Lessor. The initial invoice shall include one - lima charges related to fha delvery and Installation of the Equipment and the first month of rani, plus any tax or personal property expense charges, if applicable. Upon return of the Equipment, pent will be pro•r lrld in hili nsonfh mcrornonra. If Equi; moil W relurnud wilhai the trial 15 days of the bdlhsg !rurloci, rent Will be due for the firm Imlf of the billing porlod: it EWipmnnt is resumed between tho 16'' and 30" days of Mo billing poriod, mot will txs tut for the .inlim hitting period. The final invdice will Include ano-time chit rges petaled to the removal and raluinof Ria Equipment along with any applicable charges for damage or missing itrmra, purauarsl to soction I balo•,y To the extent applicable, Lessor exprossty IPgects Lossee's requlramants related to ralonfian, applfcnliorss for payment, schedules of vduus or liars peleagea relatud to Iha Naymenl of pentad invofaos, and payment by owner sliall not be a condition precedent to paymnnl. payment foroar:h inveloo ib dun Not 30 days from Rte invoice data. G. LEASE TERM; TERMINATION: The minimum length of time that the Equipment shall be leased by Lessee is B months (the "Lease Term'), commencing on the date the Equipment is delivered unless otherwise agreed upon between the parties in writing. In the evert that Lessee terminates the lease prior to the expiration ofthe Lease Term for any reason olhar than Lessor's default, Lessor shall be erl4lod to charge an early lerrrrination fee, even if suGh termination occurs prior to delivery of the Equipment. Such fee shall be determined by Lessor following the receipt of the termination request. Such early termination fee may Include charges related to the preparation of the Equipment for delivery and/or the rental value of the Agreement. In no event shall such early termination fee exceed the total value ofthe Agreement, H. HOLDING OVER; LEASE EXTENSION. Following the expirnilan of ills Indial tease term, ttic lease of Equlpmerd and the terms and conditions of the Agreement and Arhlundiins All nll !r axInndesd on a nsanlh-lo•manlh basis unfit chis Equipment is retumu d to Lessrx. In this evoni. Lessor may nstaM13h a revised perm[ rate which shall -:onsl ituts the mcnthty rant The charges upon into on and any ollrnr charges related to Itvi return of the Equlpmnni may bo rriaftromtbly revised frrm Ihoso ratio No. d loth& Agree inant al Lessor's discretion, should the lease be wdendad beyond the initial lease term. I. MAINTENANCE AND REPAIRS; EQUIPMENT CONDITION: Lessor shall bear the expense of all repairs that it determines are needed 10 ameliorate normal wear and tear ordalects in the Equipment thaaxpenas of all other repaire all all be Game by Lessee. Leasee shall not make any alleralions, modifications, additions, or improvements to the Equipment without Lessors prior W ritten consaril. Le sees shall maintain the Equipmenl in good condition and repair, normal wear and tear excluded, in accordance with lassoes Service Guide, which is sRtachod nerdlo and incorpofalod hereln by rsforenw (lillifr:+[H7yiv irtultllgsl4ttulrli.GOat lryoU[s9, lrlfs7 h!IL1.IltCtfgli)•Folkswing the slum of the EquIpwrini, an -itspor.fon will oo poi lop coed by Lessor. If such i nspachion rovoals that III f- t;ciurpment is damag ad Iwyord "aminal, wear and tear or is nt+ssing any components or accessories. Leasee will be charged for repairs andfor repksoerrnenl requlred to return the Equipment to its standard Condition. J. WARRANTIES; DFSCLAIM ER. Lessor warrants to Lass+se that the Fquppmmnl, when delfurrrr:d and sat up, will hu rn good condllinn and repair, bis property set up ung capnp ty with all appticabks regulations. Lessee acknowledges and agrees that, with the excepllan of The foregung warranitas, LESSOR HAS MADE NO OTHEF} WARRANTle9 OR REPRESENTATIONS, EITHER EXPRESS OR IMPLIED. RELATING TO ANY OF THE MAT TE RS CONTAIN ED IN THE AGREE M£ N►, IMCLU01NQ WITHOUT' LIMITATfON, THE COMM MN OF THE EgUIPMEMr. ITS MERCHANTABILITY OR ITS F111MESS FOR ANY PARTICULAR PURPOSE, ANY WARRANTx AGAINST INFRINGEMENT OR AS TO TITLE OR OTHERWISE K. COMPLIANCE WITH LAW: Lessee assumes all responsibility for any and all licensee, clearances, permits and other certificates as may be required for Lessee's lawful operation, use, possession and occupancy of the Equipment. Lessee agrees to fully comply with all laws, rules, regulations and orders of all local, state and federal governmerfal authorities whlch in any way relate to the Equfpment; and 10 indemnityand hold I.,.,ssor harmless from any and all fines, forfeilures, seizures, penalties (i other liabilities that may arise from any Infringement or violation of any such law, rule, regulalion or order, L. FEDERAL CONTRACTOR. As a faderaf p7nirartor, Lessor's c."tacts aro, subject to Iha provisions of (1) Executive Order 11246, (41 GFR 60.1.4); (ply sar.tpoir `Ao'I r>f ph ti, Rehabditalron Nil of 1973. 141 CFR GO -141 5!a); and (ni) section 4212 of the Vial nam Fra Vottsrana Readjustment Act of 1074, (41 CFR 90.300.5(a) Lessor sholI abide by the requirements of off CFR Wgolf.d(o) and 41 CFR 80.300.5(n), These ragufatiorrs prvhidit dilmirrtfmaflon agalnstRuallffsd Imflyfduels on the beefs es Mobile Modular Management Corporation Page 1 of 2 Addendum to Customer Contract mobile Per nenr•eP ftweNirM Lease Numbsrl 210010078 dlasblUty, card quilUMd protected wfanrn and regain Wrmblw rmlvn by COMM pf m GaWadeca and subsentnetere N amplay and adwnar IR emplcymsrrl gim"ad Individuals wllh dWbIlklw, and duaUkod prolactad veteran, The parties hereb, Moble Modular Manaeament Corp., a Ca#lbmla corporation, n Lessor and ORy of Lodl, a Lestien hereby epee to the terata and condillona .al farlh In IN% Addendum, The Individuals Alpine thle Addendum aMrm that e,ey m duly ■uthwIDW to execute and oommn to those farms on behak of the above nand pnrlinn, 1•BpOltt: Mobilennoe4ur Management Corporation By, Narnr: 3P— TWA: p Oda Data: loll Signature: Ja&� p-- -r �I[%�t'IC�!—• Email: jmagdich@lodi.gov — City of Lodi By Steve Schwabauer Name: :QTc Data: Approved n to Form., Janice D. Magdich JANICE D. MAGDICN City Attorney Signature: -- .Tr Email: sschwabauer@lodi.gov ATTEST: PAMELA M. FARRIS 1-sistantCity Clerk Mobile Modular Management Corporation Page 2 of 2 Addendum to Customer Contract ---dodlbp-- mobile modular Lease Number. 210045078 dlssWllly, and quatlfled protected veterans, and requlro afllrmallve action by covered prime contractors and subcontractors to employ and advance hp employment quallit d individuals with disaUkles, and qualified protected veterans. The parties hemlo. Mobile Modular Management Corp., a California corporation, as Lessor and City of Lodi, as Lessee hereby agree to the terms and condikions set forth in this Addendum The Individuals signing this Addendum affirm that they are duty authorized to execute and commit to these temps on behalf of the above named parlfes. LESSOR: LESSEE: Mobile Modul Management Corporation City of Lodi By. _ By- Name: yName: Nene: _ Tithe; Sa rpt L Title: Date: Date: Mobile Modular Management Corporadon Page 2 of 2 Addendum to Customer Contract Exhibit 2 mo �I Mobile Modular Management Corporation Contract Addendum ma u�ar� 5700 Las Positas Road, Livermore, CA 94551 T �'" Ph (925) 606-9000 Fax (925) 453-3201 Date: 9/16/2021 www. Mobi]eMod u larRents. com Customer: CITY OF LODI Attn: Gary Wiman Billing Address: 1331 S HAM LN Phone: (209) 484-1619 City/StatelZip: LODI CA 95242-3995 Fax: ** 210045078 E-mail: owiman - todi.gov Project Name : 111/2022 Site Address : 1331 South Ham Lane, 6 month City/State]Zip: Lodi, CA 95242 210045078 This will serve as an addendum to the contract agreement entered into betwef CITY OF LODI (Lessee) and MOBILE MODULAR MANAGEMENT CORPORATION (Lessor). ALL OTHER TERMS AND CONDITIONS TO REMAIN THE SAME. Please sign and return an acknowledgement copy to our office as soon as possible. Thank you. Renewal Information cAniract No. BuiWing ID Item Description Addendum Addendum Stet Date I 4tw-0010 TWM Rental Rata: 210045078 35043 Restroom, 12x56 HCD 111/2022 6/29/2022 6 month S 2,500.00 210045078 35043 Ramo Rent 1/1/2022 6/29/2022 6 month $ 794.00 210045078 91156 Office, 48x60 HCO 1/1/2022 6/29/2022 6 month S 3,351.00 210045078 91156 iRamo Rent 1/1/2022 6/29/2022 6 month $ 468.00 Rental rates do not include any applicable taxes or Personal Property Expense (PPE) Return delivery and preparing equipment for return will be quoted at time of return. This contract agreement defines a month as 30 calendar days Bill Frequency for this contract is Monthly Additional Contract Addendum Notes: Mobile Modular Management Corporation Printed Name Title Signature Date CITY OF LODI Printed Name Signature Date Please call (925) 606-9000 with any questions or comments and ask for Emilia Silva Thank you for contacting Mobile Modular. **Note: Contract addendum valid only when executed, offer expires 30 days from addendum date if not executed RESOLUTION NO. 2021-279 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH MOBILE MODULAR MANAGEMENT CORPORATION, OF LIVERMORE, FOR TEMPORARY OFFICE SPACE FOR THE LODI ELECTRIC UTILITY FACILITY RENOVATION PROJECT WHEREAS, on March 18, 2020, Council awarded the Professional Services Agreement for temporary office space for the Lodi Electric Utility Facility Renovation Project to Mobile Modular Management Corporation, in the amount of $181,422; and WHEREAS, the current lease expires on December 31, 2021. Delays in the bidding and award process due to Covid-related issues require that the City extend the lease; and WHEREAS, Mobile Modular has agreed to extend the lease at the current lease terms through June 29, 2022; and WHEREAS, staff recommends Council authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Mobile Modular Management Corporacion, of Livermore, for temporary office space for the Lodi Electric Utility Facility Renovat on Project, in the amount of $47,684.40. 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 Mobile Modular Management Corporation, of Livermore, California, for tempora -y office space for the Lodi Electric Utility Facility Renovation Project, in the amount of $47,684.40; and EE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual iRes. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced documents) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: October 20, 2021 I hereby certify that Resolution No. 2021-279 was passed and adopted by the City Council of the City of Lodi in a regular meeting held October 20, 2021, by the following vote: AYE& COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None JENNI ER CUSMIR �—' City Clerk 2021-279