HomeMy WebLinkAboutAgenda Report - May 18, 2022 C-12CITY OF
A, o i
CALIFORNIA
AGENDA ITEM (!Selz
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to
Professional Services Agreement with GM Crane Services, Inc., of Stockton, for
Safety Inspections for Overhead and Mobile Cranes ($10,000)
MEETING DATE: May 18, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION Adopt Resolution authorizing City Manager to execute Amendment
No. 1 to Professional Services Agreement with GM Crane Services,
Inc., of Stockton, for safety inspections for overhead and mobile
cranes, in the amount of $10,000.
BACKGROUND INFORMATION: GM Crane Services, Inc. provides overhead and mobile crane
inspections at White Slough Water Pollution Control Facility
(WSWPCF), Fleet services, Maggio Circle (Well 23), and two mobile
boom trucks. Primarily, WSWPCF ultraviolet system requires a crane to hoist large banks of lamps for
maintenance and repair. The GM Crane services contract fulfills state -required safety inspections. The
existing contract needs to be amended to include increasing costs for emergency repairs. Crane operation
is critical to the disinfection process at the WSWPCF.
If approved, Amendment No. 1 will extend the current agreement through August 31, 2023 and add
$10,000 to fund the extension.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services
Agreement with GM Crane Services, Inc., of Stockton, for safety inspections for overhead and mobile
cranes, in the amount of $10,000, for a total contract amount of $22,060.
FISCAL IMPACT: Crane Certification is necessary to assure employee safety while
performing operations and maintenance activities.
FUNDING AVAILABLE: Wastewater Operations (53053003) $3,495
Fleet Services (65055000) $3,970
Distribution (56052004) $2,535
Andre Keys
Andrew Keys
Deputy City Manager/internal Services Director
Charles E. Swimley,-Jr.
Public Works Director
Prepared by Ken Capitanich, Wastewater Plant Superintendent
CES/KC/tw
Attachment
APPROVED: Steve schwabauer
Stephen Schwabauer, City Manager
\\pwadc02\msc$\GROUP\ADMIN\Council\2022\05182022\GM Crane\GM Crane CC.doc 5/4/2022
AMENDMENT NO. 1
GM CRANE SERVICES, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT, made and entered this day of May, 2022, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and GM CRANE SERVICES, INC., a
California corporation (hereinafter called "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into the Professional Services Agreement on
November 13, 2020 (the "Agreement"), attached hereto as Exhibit 1, and made a part hereof;
and
2. WHEREAS, CITY requested to extend the term of the agreement to August 31, 2023; and
3. WHEREAS, CITY requested to increase the fees under the agreement by $10,000, for a total
not to exceed amount of $22,060, as set forth in Exhibit 2, attached hereto and made part of;
and
4. WHEREAS, CONTRACTOR agrees to said amendments; and
NOW, THEREFORE, the parties agree to amend the not to exceed amount under the
Agreement as set forth above and extend the term of the Agreement. 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
Herein above called "CITY"
By:
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE D. MAGDICH All
City Attorney
GM CRANE SERVICES, INC., a California
corporation
Hereinabove called "CONTRACTOR"
99
GENE MOOREFIELD
CEO, President
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties [[r
THIS AGREEMENT is entered into on Augus[ �?%,vw,, 2020, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and GM
CRANE SERVICES, INC., a California corporation (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 safety
inspections for overhead cranes and mobile cranes at White Slough Water Pollution
Control Facility, Fleet Shop, and pump station located at Maggio Circle (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
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
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 g,anted 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 2.5 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 September 1, 2020 and terminates
upon the completion of the Scope of Services or on August 31, 2022, whichever occurs
first.
Section 2.7 Option to Extend Term of Agreement
ra
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 four (4) years.
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 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. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 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 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
3
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 Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and 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 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
4
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 t_iabliity
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
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 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
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: Nathan Shropshire
To CONTRACTOR: GM Crane Services, Inc.
6878 Sumter Quay Circle
Stockton, CA 95219
Attn: Gene Moorefield
Section 4.9 Cooperation of CITY
5
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 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 Confidentialitv
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 Applicable Law, Jurisdiction, Severabillty, 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
6
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 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.
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 ❑wnership_of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
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.
7
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.
Section 4.21 )Federal Transit Fundlr}a Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFE RA OL -6 L� SMS r
City Clerk
CITY OF LODI, a municipal corporation
CHARLES E. SWIMLEY, JR.
Public Works Director
APPROVED AS TO FORM: GM CRANE SERVICES. INC., a California
JANICE D. MAGDICH, City Attorney corporation
By: Janice D. Magdich B
--- Y
Name: GENE MOOREFIELD
Attachments; Title: CEO, President
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (If applicable)
Funding Source: 53053003.72306: 8545500,724994 56052004.72450
(Business Unit & Account No.)
Doc ID:R:IGR0UPIADMIMP8As1GM Crane12020-20221PSA.doc
CA:Rev.01.2015
8
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 Authoritv
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M7FERRA1� �u SMS r
City Clerk
CITY OF LODI, a municipal corporation
C 11� -Q`G
CHARLES E. SWIMLEY, JR.
Public Works Director
APPROVED AS TO FORM: GM CRANE SERVICES. INC., a California
JANICE D. MAGDICH, City Attorney corporation
By. - - By: A14U7
Name: GENE MOOREFIELD
Attachments: Title: CEO, President
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: 53053003.72306- 6505500.72499-.56052004.72450
(Business Unit & Account No.)
Doc ID:R:\GROUP\ADMIN\PSAMGM Crane\2020-2022\PSA.doc
CA:Rev.01.2015
8
Cern:
Services,
MIRC.
CUSTOMER COPY
IExhibit A/B
PROPOSAL
130304
CUSTOMER NAME; "O
I A
—k- I LATE. Z - Z OZ 0
ADDRESS; 1., 1 :j ijajrLCL) "�i
CITY, LLad i VIA: ppp COLL
UM6 (- P ZIP QQQE; 35LIc) F&81-
C-ONT-AMI-JI'Llul-) --ukl
--1ul�' �-1
PHONE:Z' - 2':7� (,-Iq"
DESCRIPTION
TERM& IYET 30 QAY5.
QM CRANE SERVICES INC. BIN:
GNAIUBE; 4k -le
V7`1 ?j(' C s Q l 'A ot
j�16&1'- YL;4 f tLL It It, MIS
1 7 , '
I A 6- 'j -1 i -t ;'�'
CUSTOMER APPROVAL SIGNATURE
CUSTOMER P.O. #
DATE:
'AMOUNT
$
747-
-1 e C.,
o
c
TOTAL
Not to exceed $12.060 1
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 CW s online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required Insurance documentation electronically
tnaurance ReuulrelnerltEi for Prgfg§gJ9na{ SyrviGes
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 Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no lass than
$1,000,000 per occurrence. If a general aggregate limit applies, either tha general aggregate limit shalt apply separately to this
prole ofllocatlon (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence IImit.
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 $1,000,000 per accident for bodily injury and property damage
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employers Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4 Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,400,000 aggregate. May be waived by Risk Manager depending on the scope of services.
gther Insurance PrQvislons:
(a) A dnlonal Named insured Slalus
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional Insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO 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 3e; u-4 CG 20 37 if a
later edition is used
(b) lirlrnary an N n-CnlltFibirar tI1SUrarlC Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's Insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c)bVa�v4i�af SuI7rUc a4wn Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loaa under such insurance Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogalion, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogatlon endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above; 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the protect
that it is insuring.
(d) SeyerSbility of inIIL, ; sL_g11uSe
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 pnilaes
(e) hlotl[;e Ur VCeCeI14t1011 Lir CllaIKiQ in COVer'r4(;4 EIlitUl513n1h 11l
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager City of Lodi 221 West Pine St., Lodi, CA 95240
Page 1 i of 2 pages �� M ar Risk. rev 3/1/2018
(f) Qkn LiwjypQaveraaa
All policies shall be In effect on or before the fist day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each Insurance policy, Contractor shall furnlah s certlflcate(a) showing that a now or extended policy hoe been obtained which
meet$ the minimum requirements of this Agree monI. Contraclor shall provide proof of ccntinulmg InauraTies on al facet F1 annual
basis during the Term. If Contractor's Insurance lapses or is dlscontlnuad for any reason, Contractor shall immediately nollfy the
City and Immediately obtain rnplacament insurance Contractor agrees and stipulates that any Insurance coverage provided to the
City of Lodi ahatI provide for a claims paried following termination of covera9a which is et InaaI consistent with the claims perlod or
statutes of Ilmlts flona found In the CatIfo mil a Tort Clalma Act (California Government Code Sectlon 010 et aeq.),
(g) f.'AU16 to Cgwiv
If Contractor rails or refuaas to obIsIn arld maintain 1110 required Insurance, 0 falls to provide proof of cave rage, the City may obtain
Ilse Insurance. Contractor shall ralmburse the Clly for premiums paid, with Interest on the premium paid by the City at the maximum
allowable legal rata then in affect In California. The Clty shall redly Conlrectorof such payment of premiums within thirty (30) days
of payment aluting the amount paid, Ilia name(s) of the Insurer(o), and rate of Interest. Contractor shall pay such reimbursement
and inlereat ori the flret ( t at) day of Ilia month following the City's notice. Notwlthslanoing ally other provis[on of this Agreement,
If Con Ira clor fails Or rafuasA to nhill in or (TIM lnIaIn Inaurance as requIra d by Ibis agreement, or fails to provide proof of Inaurance,
qts 01 1Y may terminate this Agreement upon auch branch. Upon such terminatfon, Com rector shell Immediately cease use of the
Silo or facilities and commence and dlllgentty puratia the removal of any and all of Ila personal property from the site or facilities.
(h) VenflcatIan S!1 QQyoToo a
Consuilant shall furnish the City with a copy of Ilia policy declaration and endorsement page(s), odglnai certificates and
amendatory andoraementa or copies of the applicabta policy language effecting coverage requlrad by this ciause. All cartlflcates
and endorsemants are to be received and approved by the City before work commancas. however, failure to obtain the required
documents prior to the work beginning ahall Tint waive the Congullant's obligation to provide them. The City reserves the right to
require cumpiate, carliiiad copies of all required Insurance polirles, including endorsementa required by these specifications, lit
any time. Fallurs to exercise this right shall not constitute a waiver of the City's right to exercise after the effective,
date.
(i) Sgff-Insula Ralen)igng
Sell•insufed relentlotls must be declared to and approved by the City. The City may require the Consultant to provide proof of gbillty
to pay losses end related Investigations, claim adm{rlsira{Ion, and defense expenses within the retention. The polloy language shall
provide, or he endorsed to provide, that the self•lnaured retentlon may be salisflad by either the named Insured or City.
u) iMLF Loi—o-UMM;
Tho limits or insurance described herein shell not limit the liability of the Contractor and Contractor's ofttcers, employe on, egants,
ropreasotalivas or subcontractors. Contractor's obilgagon to defend. Indemnify and hold Iha Clty and Its officers, officials,
employees, agents and volunteers harmless under the provislons of thle paragraph is not Ilaiited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of Insurance.
Consultant shall require and verify that all auncontraclors maintain Insuranco meeting all the requirements stated heroin, and
Consultant shall ensure that City Is an addillonal Insured on Inouranco required from suboontractom
(I) %ct�fliHllddSi��$
If any of the required policies provide coverage on a ciaima-rnade basis:
1. The Retroactive gale must be shown and must be psforo the date of the contract or the beginning of contract work.
2, Insurance must be malntalned and evidence of insurance must be provided for at least flea (5) years after completion of the
contraot of work,
3. If coverage Is canceled or non -renewed, and not replaced with another cialms-made Polley form with a Retroactive Oat@ prior
to the contract effective date, the Consultant moat purchase "extended reporting" coverage for a minimum of five (6) years after
completion of contract work.
(m) (�y]allflad Inaurr.�Ly]
Alt insurance required by the terms of this Agreement must be provided by Inaurara licensed to do business to the Stale of
California which are rated at least *A-. VI" by the AM Best Ratings Gulde, and which Pre acceptable to the My. Non admitted
surplus lines carriers may be accepted provided they are included on the most recant Inst of Cellfornle allgible surplus [Ines
Ineurers (LESLI list) and othervrrse meet City requirements.
Signature:
),-k e D P.1,,PJiJ, INuv 1J, 702010 43 PST;
Email: jmagdich@lodi.gov
Page 2 1 of 2 pages I Rlsk: rev, 3/1/2018
C ra n•
sarvlce#,
Inc.
CUSTOMER COPY
PROPOSAL
60304
'l
CUSTOMS NAM • us' > DATE:7-Z`1-Zoz0
ADDRE5S: 1 vri
CITY:_ (-Cvi ,l VIA: PPD COLL
STATE; C 4CI ZIP CODE: o F. .B.
CONTACT: k) f y TE S: NET 30 DAYS
PHONE: Zocq 1.,^14x'1 M CHANt SERVICES INC. RgP.*;
FAX: _ SIC2NATURE;
DESCRIPTION ; t r, >;_ ;, _ ? _ 1=. ;>.�r -- AMOUNT
i7� t �[ ■ L ti ( (�A
l �
CUSTOMER APPROVAL SIGNATU
CUSTOMER P.O. #
DATE:
p�UIS
QX Ovtr V-rf UT 1, -vv
14
TOTAL co x,030
r
Ulll1Illilll:l II Cal
7-13-2020
The City of Lodl
Subject; Quarterly & Annual Inspections (2 Years)
Attn: Nathan Shropshire
W.S.W.P.C.F Maintenance Supervisor
12751 N, Thornton Rd.
Lodl, Ca, 95240
Cell: 209-625-6933 Office: 209-333-6749 Ext: 4965
NShrn1Inl v1*!1?o,gov
Quote - Year One:
T 209.464.1472 f 209.464.2314
PO Box 30035 Stockton CA 95213
QTy DESCRIPTION
COSTEACH
$275.00
TOTALCOST
$4,950,00
18 2 -Ton Overhead Hoist Quarterly Inspections
6 2 -Ton Overhead Hoist Annual Inspections
$310.00
$1,860.00
1 Simon-RO Stinger Boom Truck Annual Inspections
$395.00
$395.00
1 Knuckle Boom Truck Annual Inspections
$395.00
$395.00
Job Total Cost $7,600.00
QTY
DESCRIPTION
COSTEACH
TOTALCOST
18
2 -Ton Overhead Hoist Quarterly Inspections
$275.00
$4,950,00
6
2 -Ton Overhead Hoist Annual Inspections
$310,00
$1,860,00
1
Simon-RO Stinger Boom Truck Annual Inspections
$395.00
$395.00
1
Knuckle Boom Truck Annual Inspections
$395.00
$395.00
Job Total Cost
$7,600.00
Additional Services and Rates:
• Quadrennial Load Testing - $105.00
• Test Weight Rental - $25.00 Per Ton
• Test Weight Trucking -$145.00 Per Hour
• Scissor Lift Rental - $250.00 Per Day
• Overhead RepairTechnlcian - $115.00 Per Hour
• Service Truck Call Out - $125.00 Per Hour (4 Hour Minimum)
• Mobile Crane & Aerial Repair In -Shop - $110.00 Per Hour (4 Hour Minimum)
• Opacity Testing - $95.00
• DOT& BIT Inspections -$195.00
• DI -Electric Testing - $150.00
Note:
The quantities In the above quote reflect a two-year contract. Should you have any questions, please don't hesitate to contact me at
209.598.4611.
Sincerely,
Matt Adams
All -Cal Equipment Services
Dispatch
,: F,lol7ill
3724 S, Hwy 99 Frontage Road
Stockton, CA 95215
www.alicales.com
Cron•
Service*,
GMIng.
CUSTOMER COPY
1
CUSTOMER NAME:
ADDRESS: �� 'CIS Rl1J
Exhibit 2
PR
60365
DATE: LA -k - 207-L
CITY:
VIA: PPD COLL
STATE: C 4
TIP CODE:
95-2-40
F.O.B.
CONTACT:
S
C
TERMS: NET 30 DAYS
PHONE: 1001S7�
��
GM CRANE SERVICES INC. REP::
FAX:
SIGNATURE:
DESCRIPTION ; CIri 04 Lo&,,S(,ec,�-�ors, ���, ��ew�1 AMOUNT
AT 'Tu E ��JL..CIWM►J Q WC.��r.ur1 S �- � ��� l�.+wA,i�tf -�60.� 1��1T "
-
i _ t 4� N�►� _ 1. s'°
3 ��r 8K 12ro
gm
CUSTOMER APPROVAL SIGNATURE
CUSTOMER P.O. #
DATE:
TOTAL
Cts
R� '--tevoa.'
RESOLUTION NO. 2022-124
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH GM CRANE SERVICES, INC., OF STOCKTON,
FOR SAFETY INSPECTIONS FOR OVERHEAD AND MOBILE CRANES
WHEREAS, overhead and mobile cranes are used at White Slough Water Pollution
Control Facility, Fleet Services, and Well 23 at Maggio Circle, all requiring State -regulated
inspections; and
WHEREAS, additional funding is required for increasing inspections costs and
emergency repairs; and
WHEREAS, staff recommends the City Council authorize the City Manager to execute
Amendment No. 1 to the Professional Services Agreement with GM Crane Services, Inc., of
Stockton, for safety inspections for overhead and mobile cranes, in an amount not to exceed
$10,000, for a total contract amount of $22,060.
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 GM Crane Services, Inc., of Stockton, California, for safety inspections for
overhead and mobile cranes, in an amount not to exceed $10,000, for a total contract amount of
$22,060, thereby extending the contract through August 31, 2023; 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: May 18, 2022
I hereby certify that Resolution No. 2022-124 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 18, 2022, by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Nakanishi, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Kuehne
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2022-124