Loading...
HomeMy WebLinkAboutAgenda Report - January 5, 2022 C-09CAGENDA ITEM 'm, C) CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment to the Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Hutchins Street Square Roof Repair Project Phase 4 and Transfer Funds ($16,239) MEETING DATE: January 5, 2022 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment to the Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Hutchins Street Square Roof Repair Project Phase 4, and transfer funds in the amount of $16,239.03. BACKGROUND INFORMATION: The City Council authorized the execution of a Professional Service Agreement (PSA) with Garland/DBS, Inc. on August 18, 2021 in the amount of $519,325. The work is to replace a portion of the sloped roof at Hutchins Street Square. The contractor removed the existing metal roof panels and discovered many areas had dry rot damage and required replacement of the wooden members of the roof. The amount of damage exceeded the approved project contingencies amount by $11,342.03. During the October 22, 2021 rain storm, Parks staff discovered there were multiple leaks at Hutchins Street Square. Staff contracted Garland to see if the leaks were resulted from the on-going repair work. Garland did the investigation and discovered that the leaks were in the area of the flat roof which is outside their work area. As the rain continued, Staff determined it was urgent to stop the leaks as soon as possible and authorized the repair to prevent rain damage to the facility interior. The cost of the repair was $4,897.00. Combining the dry rot repair and the emergency repair of the flat roof, staff is requesting a transfer of funds in the amount of $16,239.03 to cover the extra work. The replacement of the sloped portion of the roof is nearly completed and considered waterproof. Garland/DBS, Inc. will return in early spring to complete the protective seal coat which adds additional protection but must be applied in warmer temperatures. Staff recommends Council adopt a resolution authorizing the City Manager to execute an amendment to the Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for the Hutchins Street Square Roof Repair Project Phase 4, and transfer funds in the amount of $16,239.03. Staff proposes to transfer funds allocated for the FY 20/21 Grape Bowl Turf Project, as that project is projected to cost less than anticipated. APPROVED: Andrew Keys for Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$1WP\PROJECTS\MISC\HSS Reroof\Sloped Roof\CPSA_Amendmen garlsnd_HSS Slope AB REVISED JB.doo 12/28/2021 Adopt Resolution Authorizing City Manager to Execute Amendment to the Professional Services Agreement with Gariand/DBS, Inc., of Cleveland, OH, for Hutchins Street Square Roof Repair Project Phase 4 and Appropriate Fund ($16,239) January 5, 2022 Page 2 FISCAL IMPACT: Repairing the leaking roof will reduce repair costs for the interior spaces damaged by water. FUNDING AVAILABLE: Requested Transfer: From: Grape Bowl Turf Project (PKCP-22003 Contracts) To: HSS Sloped Roof Project (GFCP-20006. Contract. Parks) $16,239.03 Andrew Keys _ Andrew Keys Deputy City Manager/Internal Services Director (2st9--Q— Charles E. Swimley, Jr, Public Works Director Prepared by Lyman Chang, Deputy Public Works Director/City Engineer CES/LC/cd Attachments Cc Park and Recreation and Cultural Services Director Management Analyst — Areida-Yadav Facilities Superintendent Garland IDBS, Inc. \\cvcriIv021pubwks$\WP\PROJECTS\MISC\HSS Reroof\Sloped RooRCPSA_Amendment garland—HSS Slope AB REVISED JB.doc 12/28/2021 AMENDMENT NO. 1 GARLAND/DBS, INC. 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 GARLAND/DBS, Inc., a Delaware corporation (hereinafter 'CONTRACTOR"). WITNESSETH: WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on September 22, 2021 (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 $16,239, for a total not -to -exceed amount of $535,564, to include Change Order Request #2 in the amount of $11,342.03 (Exhibit 2) and Change Order Request #3 in the amount of $4,897.00 (Exhibit 3) attached hereto and made a part of; and 3. 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 GARLAND/DBS, Inc., a Delaware corporation hereinabove called "CITY" hereinabove called "CONTRACTOR" STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR, City Clerk Approved as to Form: JANICE D. MAGDICH, City Attorney Name: Title: Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties s' . �- THIS AGREEMENT is entered into on-Au"t 2, 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Garland/DBS, INC., a Delaware corporation, qualified to do business in California (hereinafter "CONTRACTOR"), Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for Roof Repair and Replacement at Hutchins Street Square 125 S, Hutchins Street (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY, ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 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 58affiric� CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.6 SUbcoiltracts 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 September 1, 2021 and terminates upon the completion of the Scope of Services or on June 30, 2022, whichever occurs first, 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Prevailing Wage The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs, The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor Registration —Labor Code §1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations, Section 3.4 Contract Bonds CONTRACTOR shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of one hundred percent (100%) of the contract price; and 2. A labor and materials bond in the amount of one hundred percent (100%) of the contract price, These bonds will be required at the time the signed contract is returned to the City. Section 3.5 (AB 8261 Public Contract Code Section 9204 — Public Works Project 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: 3 "Claim" means a separate demand by a contractor sent by registered mail or certified mail 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 kind. 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 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 60 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 4 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 3.6 Method of Paytnent CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.7 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 3.8 Arrciitlnq 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 5 requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Gompliance 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 IIl(Iei7lnlflGatiOl7 altcl Respoiisihility f(]!' ❑ar"�11��L' CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense Is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in Its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations 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 Pe 'conal 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 4.6 Res.ponsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Regutrements 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 511vuessors and Assf ns 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: Lyman Change To CONTRACTOR: Garland DBS, Inc. 3800 East 91 s1 Street Cleveland, OH 44105 Matt Egan Section 4.9 Cooperation of CI fY 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 all Employee: of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder, CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Gonfidentiaiity 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 AU:) alicable Law, Jurisdiction Severabilit , 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. 8 Section 4.14 City I2usiness License fie uirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3,01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 CaI iQiir, The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 111001'aftil WRI Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documoilts All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. 9 Section 4.21 Foderal 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. CITY OF LODI, a municipal corporation ATTEST: • ll►tr�•• d JENNIFER CUSMIR STEPHEN CHWAffA- ER "City Clerk City Manager APPROVED AS TO FORM; GARLAND/DBS, INC., a Delaware JANICE D, MAGDICH, City Attorney corporation Y: B� Name; R,9n/j.4, Mew Title: Attach7Ai ICF �AAIp/p Attachments:Ce Exhibit A - Scope of Services Exhibit B -Fee Proposal n - Exhibit C -- Insurance Requirements � Exhibit D -» Federal Transit Funding Conditions (if applicable) __ L, Funding Source: ~:, ���rwAae (Business Unit & Account No.) �. Doc I0:flle:l/Alcvctilv02lpubwks$IWPIPROJECTS1PSA'sl2021LGariandliiSSlG �iap , H 1111se I-ISS.doc CA:Rev.02,2017 10 since 1I39 5 Garland/DBS, Inc. 3800 East 918 Street Cleveland, OH 44105 Phone: (800) 762-8225 Fax: (216) 883-2055 ROOFING MATERIAL AND SERVICES PROPOSAL City of Lodi Hutchins Street Square 125 S Hutchins Street # A Lodi, CA 96240 Date Submitted: 07/1512021 Proposal #: 25 -CA -210647 MICPA # PW1925 California General Contractor License #: 949380 Purchase orders to be made out to: Garland/DBS, Inc. Exhibit A/B Please Note: The following budget/estimate is being provided according to the pricing established under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Racine County, WI and OMNIA Partners, Public Sector (U.S. Communities). The line item pricing breakdown from Attachment C: Bid Form should be viewed as the maximum price an agency will be charged under the agreement. Garland/DBS, Inc, administered an informal competitive process for obtaining quotes for the project with the hopes of providing a lower market -adjusted price whenever possible. Scope of Work: Base Bid Meta_ l Roof Repfacement I. Remove and dispose of existing metal roof and underlayment. 2. Remove metal edge flashing at the TPO roof as needed. 3. Install one layer of Garland RMER Seal underlayment. 4. Install new Garland RMER LOC Metal Roof System and all related metal flashings to make a complete roof system. 5. Install new metal gutter troughs around the perimeter. 6. Replace two exposed downspouts with new in-kind. 7. 30 Year Manufacturers NDL Warranty, Built Up Roof Replacement 1. Remove and dispose of existing roofing down to the deck. (Any ACM removal is not included.) 2. Install one layer of rosin paper, 3. Install'/" Dens Deck Prime roof board. (mechanically fastened) 4. Install SA Primer at a rate of % gallon per square. 5. Install one layer of HPR SA Base, Pagel of 5 6. Install one layer of Stressply SA FR Mineral Cap Sheet, 7. Install new drain flashings and scuppers, 8. Install new metal edge, 9. Install new wood nailer and coping cap metal. 10. Install new counterflashing metal as needed. 11. Install Pyramic Plus LO at a rate of 3 gallons per square in a two -coat application. 12. 30 Year Manufacturers NOL Warranty. Attachment C: Bid Form - Line Item Pricing Breakdown Item # Item Description Unit Price Quantity � Unit i Extended Prina 2,26 Tear -off & Dispose of Debris: SYSTEM TYPE Metal Roofing System - Wood / Tectum Deck $ METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): INSULATION OPTIONS FOR ARCHITECTURAL STANDING SEAM ROOF 14.01.02 INSTALLATION OVER SUBSTRATE: INSULATION OPTION: Architectural Application - No Insulation - WOOD DECK: Class A Fire -Retardant Underlayment $ METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.05 System; Seam Height At or Above 1" Below 2' Aluminum Panels: THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 18" Wide Panels $ METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.09 System; Seam Height At or Above 1" Below 2"; Aluminum Panels: COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal $ METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.24 System; Seam Height At or Above 1" Below 2' Aluminum Panels: PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate At or Above 3:12 Slope Tear -off & Dispose of Debris: SYSTEM TYPE 2.06 BUR W/ Insulation and Mineral Surfacing - Wood Tectum Deck $ Page 2 of 5 2.40_I 5,500 15F 1 $ 13,200 4.09 5,500ISF $ 22,495 4.36 1 __ 5,500 ISF 1 $ 23,980 1.001 5,500 ISF + $ 5,500 8,901 5,500 ISF _ _I $ 37,950 L22J 10,500 ISF 1 $ 23,310 Roof Deck and Insulation Option: WOOD ROOF DECK - TORCH APPLIED / SELF -ADHERING 6,12,02 APPLICATION INSULATION OPTION: Without Insulation - Must Mechanically Attach 1/2" Treated Gypsum Insulation Board with Glass -Mat (e,g, DensDeck / Securock / Equal) $ 1,16 10.500 SF 2 -PLY ROOF SYSTEMS - COMBINATIONS OF A BASE PLY & A CAP SHEET (TOP PLY) PLEASE NOTE; BASE PLY & CAP SHEET COMBINATIONS MUST BE APPROVED BY THE 12,04.01 MANUFACTURER: ROOF CONFIGURATION 1 Ply of Self -Adhering Base Installed Using Self - Adhering Backing: BASE PLY OPTION: SBS Modified Asphalt -Based, Polyester OR Fiberglass/Polyester OR Fiberglass Reinforced Self -Adhering Base Sheet - Minimum of 50 Ibf/in tensile $ 2,86 10,500 SF 2 -PLY ROOF SYSTEMS - COMBINATIONS OF A BASE PLY & A CAP SHEET (TOP PLY) PLEASE NOTE: BASE PLY & CAP SHEET COMBINATIONS MUST BE APPROVED BY THE MANUFACTURER: ROOF CONFIGURATION 12.13,01 1 Ply of Mineral Surfaced, Self -Adhering Cap Sheet Installed Using Self -Adhering Backing: ROOF CONFIGURATION OPTION: ASTM D 6161 (Polyester) OR 6162 (Fiberglass/Polyester) OR 6163 (Fiberglass) Self -Adhering Reinforced Modified Bituminous Sheet Material Type III - Minimum of 130 Ibf/in tensile 4,70 10,500 SF -- — NEW FLASHINGS FOR ROOFING SYSTEMS & RESTORATION OPTIONS: Self -Adhering Flashings - Minimum 1 Ply of Self -Adhering Base and Self - Adhering Mineral Cap Sheet; Self -Adhering FLASHING OPTION: BASE PLY. SBS Polyester OR 20,03,01 Fiberglass/Polyester OR Fiberglass Reinforced Self - Adhering Flashing Ply - 50 Ibf1 tensile (ASTM D 5147); TOP PLY. ASTM D 6169 (Polyester) OR 6162 (Fiberglass/Polyester) OR 6163 (Fiberglass) Self - Adhering Reinforced Modified Bituminous Membrane Type III - 130 Ibf/in tensile $ 15.25 1,500 Coat New Roofing With Elastomeric Coating: ROOF _ _SF SYSTEM TYPE 5,01 Apply an Acrylic Coating per Specifications (1.5 Gallons per Square per Coat - 2 Coats Required) - Mineral -Surfaced Modified Roof $ 3.33 10,500 SF Sub Total Prior to Mult1p1Iers Prevailing Wage Multipliers - San Joaquin County, CA Roofer = $80.92 31,80. $ 103,125 Page 3 of 5 $ 12,180 30,030 49,350 $ 22,875 $ 34,995 $ _ 275,835 $ 32,794 $ MULTIPLIER - DIFFICULT ROOF OR BUILDING ACCESS Multiplier is applied when labor production is effected by roof or building access, Situations that can cause roof access to be more difficult include, but are not limlled to: no access for lifts or cranes, access is dependent upon road closure, access point requires 22.01 the closure of a building entrance, roof level is not accessible from the ground, roof area is Interior to adjacent roofs or roof materials and materials and equipment must be loaded to one roof area and carried to another roof area, roof materials and equipment must be carried to the roof through an interior building access point, no or limited staging areas on the ground, etc. _ 24 $ 275_,8.35_ % MULTIPLIER - MULTIPLE MATERIAL STAGINGS Multiplier is applied when labor production is affected by the time it takes to stage a roof mult[pie times. 22.03 Situations include, but are not limited to staging materials to perform work on multiple roof levels, planned shutdowns and restarts, portion of the job Is over sensitive work areas requiring staging from more than one point, etc, ' 20 $ 2.75,835 % MULTIPLIER - ROOF HEIGHT 15 GREATER THAN 20 FT, BUT LESS THAN OR EQUAL TO 50 FT STORIES Multiplier is applied when labor production is effected 22.08 by the roof height. This multiplier applies to roof heights that exceed an estimated 2 stories, but are less than or equal to an estimated 5 stories. Additional roof height can require increased safety requirements, larger lift equipment, tie -offs, etc. 18 $ 275,835 % MULTIPLIER - ROOF HAS GREATER THAN 4112 SLOPE 22.13 Multiplier is applied when Roof Area has a Greater than 4/12 Slope, Steeper slope reduces overall labor production and requires additional safety precautions. 22 $ 103,125 MULTIPLIER - ROOF SIZE IS GREATER THAN 10,000 SF, BUT LESS THAN 20,000 SF Multiplier is applied when Roof Size is greater than 10,000 SF, but less than 20,000 SF. Situation creates 22.21 the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across more of an average roof area resulting in fixed costs being a slightly larger portion of the overall job costs B $ 275,835 % Total After Multipliers 1 7- 66.200 55,187 688 22,067 524,401 Base Bid Total Maximum Price of Line Items under the MICPA: $ 524,401.00 Proposal Price Based Upon Market Experience (Prior to Contingency): $ 504,199.00 Add 3% Contingency: $ 15,125,97 Proposal Price based Upon Market Experience (including Contingency): $ 519,324.97 Page 4 of 5 Garlan_d1DBS Price Based Upon Local Market Competition - Waterproofing Associates $ 504,199 Please Note — The construction Industry is experiencing unprecedented global pricing and availability pressures for many key building components. Specifically, the roofing industry is currently experiencing long lead times and significant price increases with roofing insulation and roofing fasteners. Therefore, this proposal can only be held for 30 days. DBS greatly values your business, and we are working diligently with our long-term suppliers to minimize price increases and project delays which could effect your project. Thank you for your understanding and cooperation, Clarifications/Exclusions, 1. Permits are excluded. 2. Bonds are included. 3. Plumbing, Mechanical, Electrical work is excluded. 4. Masonry work is excluded. 5. Interior Temporary protection is excluded. 6. Any work not exclusively described in the above proposal scope of work is excluded. If you have any questions regarding this proposal, please do not hesitate to call me at my number listed below. Respectfully Submitted, � r i Matt Egan Garland/DBS, Inc. (216) 430-3662 Page 5 of 5 EXHIBIT C NOTE: the City of Lodi Is now using the online insurance program FINS 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 providertsj to submit the mquired Insurance documentation olecfronlcally Insurance Requirements for Constructlon Contracts Contractor shall procure and maintain for the duration of the contract Insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE; AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Llabillty (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, Including produrts 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 projectl' loca lion (ISO CO 26 03 or 25 04) or the gene rat aggregate limit shall be twice the required Occurrence IlmII- 2, Automobile Liability, ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $2,000,000 per accident for bodily Injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions, 5, Professional Liability (if Design/Build), with limits no less than $2,000,000 per occurrence or clalm. Other Insurance Provisions: (a) Additional Named fawned' Stal rps, The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional Insureds on the CGI_ and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor Including materials, parts, or equipment furnished in connectlon with such work or operations, General liability coverage can be provided In the form of an endorsement to the Contractor's insurance (at least as broad as ISO Farm CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and 00 20 37 if a later edition is used (b) Pr�maru and {fin-Contribsl9ry #nst)r$nce Endorsvmanl The limits of insurarsce coverage required may be satisfied by a combination of primary and umbrella or excess Insurance. For any claims related to this contract, the Contractor's Insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, Its officers, officials, employees, and volunteers. Any Insurance or self -Insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with It. (c) Watyar of Subrocraiion Contractor hereby grants to City of Lodi a walver 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 thls provision applies regardless of whether or not the City of Lcdl has received a waiver of subrogatlon endorsement from the Insurer NOTE: (1) The street address of the CITY OF Lt?L}t must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance cerEificate must state, on Its face or as an endorsement, a description of the proiect that it Is Insuring. (d) Sgverability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies, Page 1 I of 2 pages Risk: rev, 3/1/2018 (e) b olicF of CancClWiort or Change_rn_�:a,vor�fye r dor�rnan+ 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 RIO Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240, (f) Conlingliv. of Coverage All policies shall be In eftect on or before [tie first day of the Term of this Agreement. At least thirty (30) days prior to [tie expiration of each insurance policy, Contractor shall furnish a certilicate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement, Contractor shelf provide proof of continuing Insurance on at least an annual basis during the Tenn. If Contractor's Insurance lapses or is discontinued for any reason, Contractor shall Immediately notlfy the City and immedlalei y obtaln replacement Insure rice. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following lerminatio n of coverage which is at least consistent with the cialms period or statutes of limita(ions found In the California Tort Claims Aet (Ca Horn la Government Code Section 810 at seq.). (g) f=allyrg to Corrrc„ily If Contractor falls or refuses to obtaln and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the Insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then In effect in California. The City shall notify Conlractorof such payment of premiums within thirty (30) days of payment stating tite amount paid, the name(s) of the Insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (ist) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor raps or refuses to obtain or maintain Insurance as required by this agreement, or fails to provide proof of insurance. the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall Immediately cease use of tite Site or facilities and commence and diligently pursue the removal of any and all of its personal property from tite site or facilities. (h) Verificalton of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to ohlain the required documents prior to the work beginning shall not ►valve the Consultant's obligation to provide diem- The City reserves the right to require complete, certified copies of all required Insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of ttte City's right to exercise after tire effective date. (i) AGR 1phi_SRIM _Belenflons Salf-insured retentions must be declared to and approved by the City The City may require [tie Consultant to provide proof of ability to pay losses and related Investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. (j) insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obtlgatlon to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harn:tess under the provisions of this paragraph is not limited to or restricted by any requirement in the Agteem ani for Contractor to procure and ma€nlain a policy of iris urance (k) gui er's Risk (_Caurse_ofConss►Uelion nsurartce Contractor may submit evidence of Builder's Risk insurance In the form of Course of Construction coverage, Such coverage shall name the City as a loss payee as their interest may appear If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, processes, machinery and equipment. The Property Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the Work. Including during transit, Installation, and testing at the City's site. Subcontractors Consultant shall require and verify that all subcontractors maintain Insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (m) QualIGOOInsurerfsi All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of Cailkrnia which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City, Non•admftted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LES 1-1 fist) and otherwise meet City requirements. Page 2 1 of 2 pages I Risk; rev, 3/1/2018 DATE: 12/7/2021 TO: City of Lodi Garland/DBS, Inc. 3800 East 91St Street Cleveland, OH 44105 Phone: (800) 762-8225 Fax: (216) 883-2055 CHANGE ORDER REQUEST #2 PROJECT: Hutchins Street Square OMNIA Project Number: 25 -CA -210647 DESCRIPTION: Additional Work — Unforeseen Conditions Exhibit 2 D B S We are requesting a change in the Contract as stated below due to the following changes to the work scope. • Time and Materials for dry rot repairs. Remaining Owner Contingency ............................ $8,175.97 This Request ............................................. $19,518.00 Balance Due for CO#2............ $11,342.03 Customer: City of Lodi Sincerely, Signature: Evan Clark Print: Project Manager Title: 216-430-3690 eclark@&arlandind.com Date: since 1895 Garland/DBS, Inc. 3800 East 91 st Street Cleveland, OH 44105 Phone: (800) 762-8225 Fax: (216) 883-2055 CHANGE ORDER REQUEST #3 DATE: 12/7/2021 TO: City of Lodi PROJECT: Hutchins Street Square OMNIA Project Number: 25 -CA -210647 DESCRIPTION: Additional Work— Unforeseen Conditions Exhibit 3771 n D B S IMF - We are requesting a change in the Contract as stated below due to the following changes to the work scope. a Leak Repairs on Old Roof Sections. Total.................................................................................. $4,897.00 Sincerely, Evan Clark Project Manager 216-430-3690 eclark@,garlpfidind.com Customer: City of Lodi Signature: Print: Title: Date: Capital Improvement Plan FY 2021-2022 Project Title: Replace Artificial Turf at the Grape Bowl Munis Project Code: PKCP-22003 #192 Section I: Description District Nos: 5 Project Length Priority High Replace the artificial turf at the Grape Bowl Justification/factor driving project In August of 2019 staff had a Field Turf representative perform a field inspection on the existing turf that was installed in 200912010. During that inspection by the Field Turf rep, he determined that due to the increased play of athletic events on the playing surface the Field Turf and the Brock drainage panels should be replaced in 3 to 4 years. The play -ability of the turf is wearing down, seams are starting to show, along with the turf fibers breaking down due to the athletic cleats starting, stopping and twisting on the surface. The Field Turf rep also stated if the turf is not replaced within the 3 to 4 year recommendation, that the field surface would need a G -Max testing to allow for play to take place on the existing surface. Additional Information The field will not be able to be used if this turf is not replaced timely. Section II: Estimated Project Costs Expenditure Prior Years FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 Future Yrs Total Estimate Budget Contracts $ - $ 838,761 $ 838,761 Internal Staff $ - $ 25,000 $ 25,000 Total Capital Costs $ - $ - $ 863,761 $ - $ - 1 $ - $ - $ - $ 863,761 Section III: Funding Sources/Methods of Financing Funding Source(s) Prior Years FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 Future Yrs Total Estimate Budget 432 - Parks&Rec Capital $ $ 863,761 $ 863,761 Total Project Financing $ - $ - $ 863,761 $ - $ - $ - $ - $ - $ 863,761 Section IV Operating Budget Impact Operating Cost or (savings) Prior Years FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 Future Yrs Total Estimate Budget � Personnel $ - $ - Other Operating Costs $ - $ - Total Operating Impact $ - $ - $ - $ - $ - $ - $ - $ - $ - Capital Improvement Program - Maintenance FY 2021-2022 Maintenance Project Title: HSS Sloped Roof Replacement Ph. 1 Munis Project Code: GFCP-20006 #13 Section (:Description District Nos: 3 Project Length 7/19-6/22 Priority Normal Remove and replace existing sloped metal with new roofing system. Justification/factor driving project The existing sloped metal roof is deteriorating and is in need of replacement. Additional Information Section II Estimated Project Costs Expenditure Contracts Total Capital Costs Prior Years $ 100,000 $ 100,000 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Estimate Budget $ 436,239 $ - $ 436,239 $ - $ - $ - FY 25126 $ - Future Yrs N/A NIA $ $ Total 536,239 536,239 Section III Funding Sources/Methods of Financing Funding Source(s) 431 - Capital Outlay/General Fund 432 - Parks&Rec Capital Total Project Financing Prior Years $ 100,000 $ - $ 100,000 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Estimate Budget $ 436,239 $ - $ 436,239 $ - $ - $ - FY 25126 $ - Future Yrs N/A N/A NIA $ $ $ Total 100,000 436,239 536,239 Section IV Operating Budget Impact Operating Cost or (savings) Personnel Other Operating Costs Total Operating Impact Prior Years $ - $ - $ - FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Estimate Budget FY 25126 Future Yrs $ - $ $ $ Total - - - $ - $ - $ - $ - $ - $ - RESOLUTION NO. 2022-04 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH GARLAND/DBS, INC., OF CLEVELAND, OHIO, FOR HUTCHINS STREET SQUARE ROOF REPAIR PROJECT PHASE 4; AND FURTHER TRANSFERRING FUNDS ---------------------------------------------------------------- WHEREAS, on April 18, 2021, City Council authorized the execution of a Professional Service Agreement with Garland/DBS, Inc., in the amount of $519,325 to replace a portion of the sloped roof at Hutchins Street Square; and WHEREAS, the contractor removed the existing metal roof panels and discovered many areas had dry rot damage and required replacement of the wooden members of the roof which exceeded the approved project contingencies amount; and WHEREAS, during the October 22, 2021 rain storm, Parks staff discovered multiple leaks at Hutchins Street Square and determined it was urgent to stop the leaks as soon as possible and authorized Garland/DBS, Inc., to make the repairs to prevent rain damage to the facility interior at a cost of $4,897; and WHEREAS, staff recommends authorizing the City Manager to execute an amendment to the Professional Services Agreement with Garland/DBS, Inc., of Cleveland, Ohio, for the Hutchins Street Square Roof Repair Project Phase 4; and WHEREAS, staff further recommends transferring funds in the amount of $16,239.03 from the Grape Bowl Turf Project (PKCP-22003 Contracts) to the HSS Sloped Roof Project (GFCP-20006. Contracts. Parks). NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager execute an amendment to the Professional Services Agreement with Garland/DBS, Inc., of Cleveland, Ohio, for the Hutchins Street Square Roof Repair Project Phase 4; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize transferring funds as set forth above; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: January 5, 2022 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2022-04 was passed and adopted by the City Council of the City of Lodi in a regular meeting held January 5, 2022 by the following vote: AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — N7JENNIFE CUSMIR City Clerk 2022-04