HomeMy WebLinkAboutAgenda Report - February 16, 2022 C-10AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
TM
C06/0
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to the
Professional Services Agreement with Securitas Electronic Security, Inc. of
Uniontown, Ohio for On -Call Repairs and Maintenance of City Security Doors,
Gates and Access Controls ($80,000)
MEETING DATE: February 16, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Authorize City Manager to execute Amendment No. 1 to the
Professional Services Agreement with Securitas Electronic Security,
Inc. of Uniontown, Ohio for on-call repairs and maintenance of City
security doors, gates and access controls, in the amount of $80,000.
BACKGROUND INFORMATION: On August 19, 2020, Council awarded the Professional Services
Agreement (Agreement) for on-call repairs and maintenance of City
security doors, gates and access controls to Securitas Electronic
Security, Inc. (Securitas), in the amount of $90,000.
After the award of the original Agreement, several projects were identified as necessary to properly
secure City facilities. These projects will utilize the majority of the original contract amount and include
various keycard access improvements at the Transit station, White Slough Water Pollution Control
Facility and City Hall. The cost of these projects total approximately $80,000.
Staff recommends authorizing City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Securitas Electronic Security, Inc. of Uniontown, Ohio for on-call repairs and
maintenance of City security doors, gates and access controls, in the amount of $80,000.
FISCAL IMPACT: Costs will be distributed to the division operating account dependent upon
the location of the installation, repairs, and or maintenance. It is
anticipated that approximately 50 percent of the work associated with this
agreement will impact the General Fund.
FUNDING AVAILABLE: Funding is budgeted in the operating accounts associated with the location
of the repairs.
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
a_9y_Q_
Charles E. Swimley, Jr
Public Works Director
Prepared by Rebecca Areida-Yadav, Public Works Management Analyst
CES/RAY/cd
Attachment
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\MISC\JANITORL\2019\C__Securitas Amend No 1 b doc 212/2022
AMENDMENT NO. 1
SECURITAS ELECTRONIC SECURITY, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2022, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY'), and SECURITAS ELECTRONIC SECURITY, INC. a Delaware
corporation, qualified to do business in California (hereinafter "CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 29, 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 $80,000 (for
additional services), for a total not to exceed amount under the Agreement of $170,000; 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
STEPHEN SCHWABAUER
City Manager
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
SECURITAS ELECTRONIC SECURITY, INC.
a Delaware corporation, qualified to do business
in California
JEFF WASDEN
Regional Sales Manager
Firefox about:blank
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 1 2020, (the "Effective
Date") by and between the CITY OF LODI, a munic pal corporation (hereinafter "CITY'),
and SECURITAS ELECTRONIC SECURITY, 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 on-call repairs
and maintenance of City security doors, gates, and access controls (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 Commencernent 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 2,5,
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
1 of 14 9/16/2020,12:44 PM
Pirefox
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'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. CONTRACTOR
represents it Is prepared to and can perforin 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 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on the Effective Date and terminates
upon the completion of the Scope of Services or on June 30, 2€323, whichever occurs
first.
Section 2.7 Option to Extend Perm of Agreement
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed five (5) years.
2
about:blank
2 of 14 9/16/2020,12:44 PM
Firefox
Section 2.8 Warranty
Contractor hereby warrants items provided pursuant to Exhibit A will be free from
defects for one (1) year after acceptance, which shall occur upon the earlier of (a)
completion of installation of the item and CONTRACTOR's determination that the item is
in operable condition, or (b) beneficial use of the item. CONTRACTOR's obligation
under this warranty is limited to repairing or, at its option, replacing the part of the
complete unit without cost to the CITY within a reasonable time after the receipt of
written notice as to such defect and which its examination shall disclose to its
satisfaction to have been defective. This warranty extends only to the original end user
of new equipment and shall be void if the product is repaired or tampered with in any
manner by other than CONTRACTOR's authorized service personnel. If inspection by
CONTRACTOR does not disclose any defect covered by this warranty, the equipment
will be repaired or replaced and CONTRACTOR'S regular service charges will apply,
Services shall be warranted for a period of thirty (30) days. CONTRACTOR's obligation
under this warranty Is limited to reperforming the defective services, CONTRACTOR
MAKES NO OTHER WARRANTIES, EITHER EXPRESS OR IMPLIED, AND ANY
IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR
PURPOSE ARE SPECIFICALLY DISCLAIMED IN CONTRACT AND IN TORT LAW.
ARTICLE 3
COMPENSATION
Section 3.1 Co ensation
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
and the parties have mutually agreed to an amendment to this Agreement to cover such
additional work.
Section 3.2 Prevailii� Wa e
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.
3
about:blank
3 of 14 9/16/2020, 12:44 PM
Firefox
Section 3.3 Contractor Registration —Labor Code §1725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5,
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations,
Section 3.4 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
Individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CITY shall pay any invoices not in a good faith
dispute within sixty (60) days of receipt of invoice, 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
be approved in advanced and In writing, by CITY.
Section 3.6 AB 626 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:
"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 Warks Project" means the erection, construction, alteration, repair, or
improvement of any public structure, building, road, or other public improvement of any
kind.
4
about:blank
4 of 14 9/16/2020, 12:44 PM
Firefox
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
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,
S
about:blank
5 of 14 9/16/2020,12:44 PM
about:blank
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 timellnes 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 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement, Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with reasonably necessary information and
assistance needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review
(and obtain copy if legally required by statute or other regulation) 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 reasonable
access to its premises, upon reasonable notice, during normal business hours for the
purpose of interviewing employees and inspecting and copying (if legally required by
statute or other regulation) such books, records, accounts, and other material that are
directly 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. The
parties agree that in no event shall the audit rights herein extend to CONTRACTOR's
proprietary information or to information not affecting 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 Com Iianee
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.
6
6 of 14 9/16/2020,12:44 PM
F irefox
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CiTY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
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 are 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 and cost, to 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,
City may seek for CONTRACTOR to pay all of the actual costs directly related thereto,
including without limitation reasonable attorney fees and costs. The defense and
indemnification obligations required by this Agreement are undertaken in addition to, and
shall not in any way be limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
employee of either party shall be personally responsible for any liability arising under this
Agreement.
Section 4.6 Responsibility of CITY
CITY, excluding Its gross negligence or willful misconduct, shall not be held
responsible for the care or protection of any material or parts of the work described in
the Scope of Services prior to final acceptance by CITY, except as expressly provided
herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement,
7
about:blank
7 of 14 9/16/2020,12:44 PM
Firefox
except in whole by virtue of merger or acquisition, 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: Rebecca Areida-Yadav
To CONTRACTOR: Securitas Electronic Security, Inc,
3800 Tabs Drive
Uniontown, OH 44685
Attn: Legal Dept.
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shalt 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 4.91 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 l3 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
8
about:blank
8 of 14 9/16/2020,12:44 PM
Firefox
costs, expenses or lost profits resulting from services not completed or for contracts
entered Into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Avolicable Lawes 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 seek reasonable
attorney's fees from the party who does not prevail as determined by the San Joaquin
County Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.16 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
9
about:blank
9 of 14 9/16/2020,12:44 PM
Firefox
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 terns 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 DOGL1111entS
The parties contemplate at the time of this Agreement, that the products to be
provided will be exclusively third party products and software. Therefore,
CONTRACTOR shall pass through to CITY any end user license terms and along with
any other pass through terms and conditions permitted and/or required for the use of
such third party hardware and software, Other than the above referenced pass through
licenses and/or terms and conditions, CONTRACTOR has no intellectual property rights
or other rights in the third party development. Although not anticipated, should any order
specify CONTRACTOR proprietary hardware, software, or security system designs, the
parties shall agree in advance, and in writing, on the rights associated with such
proposed order.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Fundina 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.
Section 4.22 Limitation of Liability
UNDER NO CIRCUMSTANCES SHALL EITHER PARTY BE LIABLE 114 ANY
WAY FOR INDIRECT, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES,
INCLUDING BUT NOT LIMITED TO LOST BUSINESS OR PROFITS, WHETHER OR
NOT FORESEEABLE AND WHETHER OR NOT BASED IN BREACH OF WARRANTY,
CONTRACT, OR NEGLIGENCE OR OTHERWISE. IN CONNECTION WITH THE
MANUFACTURE, USE OR SALE OF THE PRODUCTS OR SERVICES PROVIDED
HEREUNDER, NOTWITHSTANDING THE FOREGOING OR ANYTHING TO THE
CONTRARY HEREIN, IF FOR ANY REASON EITHER PARTY IS FOUND TO BE
16
about:blank
10 of 14 9/16/2020,12:44 PM
Firefox
LIABLE, IN NO EVENT SHALL SUCH PARTYS LIABILITY EXCEED THE INSURANCE
LIMITS CALLED FOR IN THIS AGREEMENT,
IN NO EVENT WILL EITHER PARTY OR ITS INSURERS BE LIABLE TO THE OTHER
PARTY FOR LOSS OR DAMAGE ARISING FROM OR RELATED TO AN ACT OF
TERORISM, THE PARTIES INTEND FOR THIS WAIVER TO "FLOW DOWN" TO
THEIR RESPECTIVE CONTRACTORS,
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST://
IFER , SMIR
city Clerk
APPROVED AS TO FORM;
JANICE D. MAGDICH, City Attorney
CITY OF LODI, a municipal corporation
Steve Schwabauer
STEPHEN SCHWA13AUER
City Manager
SECURITAS ELECTRONIC SECURITY, INC.,
a Delaware corporation
Name-
Titles --
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirement*
Exhibit D — Federal Transit Funding Conditions IN applicable)
Funding Source;
(Business Unit & Account No.)
Doc ID;K:%WPIPROJECTWSA'e120191Securilas PSA doc
Mlev,M2020
11
APPROVED
By rotas Hann on W 2W Pm, Aug 25, 2M
about:blank
11 of 14 9/16/2020,12:44 PM
1 irefox
Electrordc Security
October 1411, 2019
Securlles Elacf ft SecurHy, lncarporafed
SES Wilco Headquartaa
3000 Taba Drive
Uniontown, OH 44695
USA
TPR Free 655.331-0359
www.secOtases corn
Rebecca Areida-Yadev,
Management Analyst
Public Works Department
City of Lodi
(209) 333-8706
Dear Mrs. Yadev,
On behalf of Securltas Electronic Security, I am pleased to present the belowTime and
Material Hourly rate for the City of Lodi for on call repairs and maintenance for security
doors, gates and access control,
The Securitas Electronic Security rate forthe first year of this agreement is $175 per
hour, Monday — Friday Sam — 5pm, $262.56 Overtime and $350 Sunday and Holiday
with a 3% escalation for each additional year. All additional work will be quoted based
on this rate to include any applicable material and travel cost to be approved by the City
of Lodi prior to any work being performed.
Again, l would like to thank you for this opportunity and I look forward to working with
you.
Regards. [NOT TO EXCEED $90"'000
2
laltn Mrn�lcrxa
Exhibit AfB
about:blank
12 of 14 9/16/2020, 12:44 PM
Firefox
EXHIBIT C
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 ftocurirpnfenis for Most Contracts
(Not construatian or rouuIrinQ RroFessionaI Ilab IIItvj
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 c ine3ction wilh the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as;
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an 'occurrence' basis, including
products and completed operations, properly damage, bodily injury and personal & advertising Injury with limits no less than
$1.000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
projectilocatlon (I80 CG 25 03 of 25 04) or the general aggregate limit shall be twice the required aocurrence limit.
2, Automobile Liability. 180 Form plumber CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less then $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of Catifonnia, with Statutory Limits, and Employers Liability insurance with limit
of no less than $1,000,000 per accident for bodily Injury or disease.
Qkbgr Insurenre Pr¢vlgions:.
(a) Ad 00! if al Insured_ 1Wu-is
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds an the CGL, and auto policy with respect to liabillty arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment fumished in connection with such work or operalions. General
liability coverage can be provided In the fort of an endorsement to the Contractor's Insurance (at least as broad as ISO Form
CG 20 10 11 85 or If not available, through the addition of both CG 2010, CG 20 28, CG 20 33, or CG 20 38: and CG 20 37 If a
later edition is used
(b) Primary and Mond;nntrihu[ory_Insurance odors men
The Ilmits of insurance coverage required may he satisfied by a combination of primary and umbrella or excess insurance, For
any claims related to this conirecl, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 0104 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 Contraaior's insurance and shall not contribute
with it.
(c) Waiver of Suhrogalion Contractor hereby grants to City of Lodi a waiver of any right to subrogatlan 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 he necessary to affect this waiver of 9ubrogatlon, but chis provision applies regardless of whether
or not the Clty of Lodi has received a waiver of sub rogatlon endorsement from the insurer
NOTE. (1) The street address of the CITY SDI must be shown along wish (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 gralect
that it Is insuring.
(d) 5e vurabiilly_pi InleresIClause
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 pollcles
(e) ph0ce of Cancellalion or Chancge_m_ Cover. Endorse inctg1
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 Ledi, 221 *est Pine 5t., Lodi, CA 85240.
AlipoliCiesB Itt imaffecte orbefvre-the-fir day Agrr�m-nent-Atlesst1hlny(9fi
fags 1 l of 2 pages R�skysre1Mv. 3lnr 3 De' phation
about:blank
13 of 14 9/16/2020, 12:44 PM
Firefox
Of each insurance paRcy. Contractor shall furnish a certificate (s) showing that a new or axis ndad policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractors insurance to ii a Is dlscontlnued for any reason, Contractor shall immediately notify the
City and Immediately obtain replacement Insurance. C on tractor agrees and stipulates that any insurance coverage provided to tha
City of Lodi shall provide for a claims period following termination of coverage which Is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Coda Sectlon 810 et seq.),
(g) FailureAq Comply
Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by
this agreement, or fails to provide proof or Insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of
any and all of its personal property from the site or facilities.
(h) )herificatiorf Cove
a
Cansultant shall fumish the City with a copy of the policy doeterafon and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecling coverage required by this clause. All certificates
and endorsements are to las recaived and approved by the City before work ccmmenres. However, faflure to obtain the requlred
documents prior to the work beginning shat I not waive the Consultant's obligation to provide them. The City reserves the right to
review oomplete, earifffed copies of all required insurance policies, Induding endorsements required by these speclficalion s, at
any time upon reasonable prior written notice. Failure to exercise this right shall not cortaf tuia a waiver of the City's
right to exercise after the effective data.
(1) $elf -Insured Retentions
Self-insured retentions must be declared la and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim admfnistrallon, 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.
0) au-Lcmuplm
Consultant shall require and verify that all sutxcontractors maintain Insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional Insured on insurance required from subcontractors
(k) Puaiified I.,mu r )
All insurance required by the team of this Agreement must be provided by Insurers licensed to do business In the State of
California which are rated at least W. VI'by this AM Best Ratings Guide. and which are acceptable to the City. Non•admitted
surpius lines carriers may Im accepted provided they aro included on the most recent list of Cal lforn€a eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements
Page 2 1 of 2 pages
Risk: rev. 3/112098
about:blank
14 of 14 9/16/2020,12:44 PM
RESOLUTION NO. 2022-30
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH SECURITAS ELECTRONIC SECURITY, INC.,
OF UNIONTOWN, OHIO, FOR ON-CALL REPAIRS AND MAINTENANCE OF
CITY SECURITY DOORS, GATES, AND ACCESS CONTROLS
WHEREAS, on August 19, 2020, Council awarded the Professional Services Agreement
for on-call repairs and maintenance of City security doors, gates, and access controls to
Securitas Electronic Security, Inc. (Securitas), in the amount of $80,000; and
WHEREAS, after the award of the original Agreement, several projects were identified
as necessary to properly secure City facilities which will utilize the majority of the original
contract amount; and
WHEREAS, these projects include keycard access improvements at the Transit station,
White Slough Water Pollution Control Facility, and City Hall with the cost of these projects
totaling approximately $80,000; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with Securitas Electronic Security, Inc., of
Uniontown, Ohio, for on-call repairs and maintenance of City security doors, gates, and access
controls, in the amount of $80,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, for on-call repairs and
maintenance of City security doors, gates, and access controls, in the amount of $80,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: February 16, 2022
I hereby certify that Resolution No. 2022-30 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 16, 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 — None
PAMELA M. FARRIS
Assistant City Clerk
2022-30