Loading...
HomeMy WebLinkAboutAgenda Report - January 4, 2023 C-08CITY OF } R'�0 l w CALIFORNIA COUNCIL COMMUNICATION AGENDA ITEM C-8 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Houston Fire Systems of Lodi, for Hutchins Street Square Fire Panel System Upgrade ($241,320.00), Authorizing City Manager to Execute Amendments to the Agreement, and Appropriate Funds ($300,000) MEETING DATE: PREPARED BY: January 4, 2023 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with Houston Fire Systems of Lodi for Hutchins Streets Square Fire Panel System Upgrade ($241,320.00), authorizing City Manager to execute amendments to the agreement, and appropriate funds ($300,000). BACKGROUND INFORMATION: Hutchins Street Square (HSS) has gone through a couple major renovations in the past and the fire protection systems had been modified to connect to the two fire panels inside the facility. The City Fire Marshall noticed in October of 2022 that the two fire control panels monitor different areas in the HSS facility and do not communicate with each other. If there is a fire alarm triggered in certain parts of the facility, the areas monitored by the other panel will not sound the alarm despite the fire being close by. This creates a potentially dangerous situation for occupants during fire emergencies and needs immediate correction. The Fire Marshall ordered the panels to be upgraded as soon as possible to assure the entire HSS facility is alerted if a fire emergency should occur. Staff solicited proposals and received two informal bids. One bid was submitted by Western State Fire Protection Company in the amount of $448,728.00; the second bid was submitted by Houston Fire Systems in the amount of $241,320.00. The work plan is approved by the Fire Marshal and includes installing a central fire panel, rewiring the existing system to the new panel, and other miscellaneous and related items of work. Staff recommends Council authorize City Manager to execute a Professional Services Agreement with Houston Fire Systems of Lodi, for Hutchins Street Square Fire Panel System Upgrade, authorize City Manager execute amendments to the agreement, and appropriate funds in the amount of $300,000 to cover project contingencies and other associated cost. FISCAL IMPACT- The fire panel upgrades are required to provide the appropriate level of fire protection to this facility, and reduce liability exposure to the City. APPROVED: Andrew Keys For Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$\WP\PROJECTS\MISC\HSS General\CC_ PSA_Flre Panel.docx 12/21/2022 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Houston Fire Systems of Lodi, for Hutchins Street Square Fire Panel System Upgrade ($241,320.00), Authorizing City Manager to Execute Amendments to the Agreement, and Appropriate Funds ($300,000) January 4, 2023 Page 2 FUNDING AVAILABLE: General Fund Capital (43199000.77020) $300,000 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director Charles E. SWimley, Jr. Public Works Director CES/LC/cd cc: Public Works Management Analyst Park, Recreation, and Cultural Service Director Fire Chief Facilities Superintendent Houston Fire Systems Signature: O"Ww xw�obj Email: akeys@lodi.gov AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HFS, Inc., a California corporation, dba Houston Fire Systems (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 Hutchins Street Square Fire Panel System Upgrade (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 remain in contact with reviewing agencies and make all efforts to review and return all comments. 1 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 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 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 January 1, 2023 and terminates upon the completion of the Scope of Services or on March 31, 2023, whichever occurs first. 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. 2 CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Prevailing Wade The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor 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. 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. C (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 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. 4 (5) Subcontractors or lower tier subcontractors that lack legal standing or privity of contract to assert a Claim directly against the City, may request in writing, on their behalf or the behalf of a lower tier subcontractor, that the contractor present a Claim to the City for work performed by the subcontractor or lower tier subcontractor. The request shall be accompanied by reasonable documentation to support the Claim. Within 45 days of receipt of such written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the Claim to the City and, if the original contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so. The Claim resolution procedures and timelines set forth in the Code are in addition to any other change order, claim, and dispute resolution procedures and requirements set forth in the City contract documents, to the extent that they are not in conflict with the timeframes and procedures the Code. Section 3.7 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 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. 5 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 required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY 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. 6 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: Arnel Clegg To CONTRACTOR: HFS, Inc. dba Houston Fire Systems P.O. Box 488 Lockeford, CA 95237 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 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, 7 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 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 Applicable Law Jurisdiction Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. 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 8 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 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. 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 Fundinq 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 Counterparts and Electronic Signatures This Agreement and other documents to be delivered pursuant to this Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are intended to authenticate this writing and to have the same force and 9 effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document format" (".pdf') or similar format intended to preserve the original graphic and pictorial appearance of a document, or through the use of electronic signature software will have the same effect as physical delivery of the paper document bearing an original signature. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: OLIVIA NASHED City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager HFS, INC. a California corporation, dba HOUSTON FIRE SYSTEMS By: Name Title: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: Doc ID: Ck Rev.09.2 021.e1 ecs ign (Business Unit & Account No.) 10 Honr j; i 46"14-61 Hutchins Street Square 600 W. Oak Street Lodi, CA 95240 Attn: Arnel Clegg PROPOSAL P.O. Box 488, Lockeford, CA 95237 Phone (209) 727-3428 Fax (209) 727-0437 Toll Free 855-HFS-FIRE Lic. # 898420 Date: 11/10/2022 Office: (209) 200-1004 Email: aclegg@lodi.gov HOUSTON FIRE SYSTEMS hereby propose to furnish to buyer material and labor based on the terms, conditions, and in accordance with the specifications set forth herein. Project Name: Hutchins Street Square — Fire Alarm Installation Project Location: 600 W. Oak Street Lodi, CA 95240 Total Amount: $241,320.00 Specifications: HFS, Inc. to provide design, labor, and materials to replace (1) Gamewell E3 Series fire alarm panel and (1) Vista300 fire alarm panel with (1) Firelight ms -9600 panel and (1) Firelight EVAC Command Center for the building located at 600 W. Oak Street Lodi, CA 95240. HFS, Inc. will need to rewire the side of the building with the Vista -100 panel that covers the gym, pool, and adult daycare areas. HFS, Inc. will rewire this side to current wire standard, add speakers to the gym, and where the replaced Vista -100 is currently located, HFS, Inc. will Install a power supply and amplifier. There will be pull stations, smoke, and heat detectors, along with strobes and speakers installed. On the Gamewell E3 side of the building, which includes the conference rooms, offices, and theater including the second floor, HFS, Inc. will use the existing wiring on that system. HFS, Inc. will add power supplies and amplifiers at the fire panel room and on the second -floor room above the theater. HFS, Inc. will not be responsible for the condition of existing wire on the Gamewell side of the building including issues with size, and/or improper shielded wire. Additional fees will apply to address any issues that may be found. HFS, Inc. will use a lift in certain areas to install some devices. HFS, Inc. will use conduit and boxes, as well as wire mold and boxes, to route wire. The building has elevators and as per Ariel Clegg, there is not currently any elevator re -calls on them. HFS, Inc. will replace devices with new smokes, heats, speakers, strobes and pull stations. It will be monitored by a GSM Cellular Unit. The customer will be responsible for installing any scaffolding for the job as needed. Monitoring and routine inspections are not included in this bid and will be proposed separately to customer. Note: Existing fire beams located in the theater will remain. HFS, Inc. will just be monitoring those beams. HFS, Inc. is not responsible for product availability due to supply chain shortages and is not responsible for project delays due to shipment issues. HFS, Inc. will not be held to a time limit or schedule of any sort for this reason. Project schedule will be provided by HFS, Inc. once all parts are delivered and once plans are approved through the City or County. See clarification #9 below for more information on design turnaround time. Clarifications: 1. Price and terms are indexed to current market conditions and may be subject to change after 14 days. 2. Price is based off the current building occupancy type and load. If this is recalculated at any time, additional fees will apply for adjustments and upgrades. 3. All work shall be performed during normal business hours of 7:00 AM - 3:30 PM Monday through Friday. HFS, Inc. excludes Holidays, weekends, and overtime hours. 4. Customer is responsible for providing HFS, Inc. with complete access for scope of work. Customer is responsible for clearing any items near scope of work including tenants inside of the building and the removal of ceiling fans if needed. S. Any cancellations, accessibility issues, and/or delays for moving items or tenants may have additional fees applied. 6. Customer is responsible for supplying and assembling scaffolding for duration of scope of work. 7. Customer is responsible for a dedicated 110 VAC power run to fire alarm panel, power supplies, and GSM. 8. Customer is responsible for providing HFS, Inc. with background drawings in both PDF and CAD format. If plans are unavailable, additional fees may apply for engineering purposes. Page 1 of 3 P.O. Box 488, Lockeford, CA 95237 Phone (209) 727-3428 Fax (209) 727-0437 Toll Free 855-HFS-FIRE Lic. # 898420 Proposal Continued: Hutchins Street Square — Fire Alarm Installation (dated 11/10/2022) Clarifications Contin 9. Turnaround time for design completion is 4 to 6 weeks once HFS, Inc. receives all necessary information and building plans from customer. City or County plan review times vary and will be in addition to this timeframe. 10. Proposal does not include any underground work, including, but not limited to, any underground conduit and/or wiring, and any OS&Y switches and/or PIV switches that need to be monitored. If switches are at the street, HFS, Inc. will not be responsible for the underground wiring to those switches. 11. Proposal does not include any elevator recalls on existing elevators. Customer has relayed that there are no current recalls. Customer also informed HFS, Inc. that there are no smokes and/or heats for elevator recall. If this changes for any reason at any time, additional fees will apply to add these devices to the system. 12. Proposal does not include any UL certificates if required by the City/ County. HFS, Inc. is not responsible for any State, City, or local permit fees associated with this proposal. 13. Proposal does not include bonds and/or fees for bonds. Additional fees will apply if required at any time. 14. HFS, Inc. is not responsible for antenna signal strength on GSM cellular communicator in this area. Any adjustments, repairs, or replacements will be proposed separately to customer. 15. HFS, Inc. is not responsible for product availability due to supply chain shortages and is not responsible for project delays due to shipment issues. 16. HFS, Inc. is not responsible for fire watch. 17. HFS, Inc. is not responsible for wiring for the fire alarm panel. HFS, Inc. will be using existing wire on the Gamewell E3 side of building. Any rewiring will have additional fees applied. 18. Customer is responsible for locating where all the HVAC duct detectors are located, if applicable. 19. HFS, Inc. is not responsible for global shutdown on HVAC units. HFS, Inc. is not responsible for wiring any HVAC test buttons on system. HVAC company will be responsible for these. If duct detectors are below roof and above ceiling tile, NFPA code requires test/reset buttons to be hidden by t bar ceiling. HVAC company will be responsible for installing all test switches inside suite on a wall, when applicable. 20. HFS, Inc. is not responsible for any penetrations on roof for wire to run from roof to inside of building. HFS, Inc. is not responsible for any patching or repairing of roof. 21. If any other requirements are added after City plan review, including additional devices, additional fees may apply. 22. Proposal does not include monitoring of the fire alarm system. Monitoring to be proposed separately to customer. 23. Proposal does not include fire alarm inspections. Inspections to be proposed separately to customer. HFS, Inc. excludes any special insurance requirements that are not included in HFS Inc.'s active insurance policy. Sample insurance certificate can be provided if requested. Additional fees will apply for any special modifications/requirements. 24. HFS, Inc. is not responsible for permitting delays due to COVID-19. 25. HFS, Inc. will be putting an Annunciator at the front door area 26. Scaffolding - As verbally agreed upon, HFS, Inc. will use your scaffolding company, when needed, and all of the scaffolding cost will be on a change order from the city of Lodi. HFS will pay the scaffolding company from the change order payments. 27. HFS, Inc. will not be responsible for the existing wire used on the changed out Gamewell panel side of the project. 28. HFS, Inc. will be replacing smokes, pull station, heats, horn strobes, and speakers in the building. Payment Terms: 20% deposit due upon acceptance of proposal, prior to start of design Payment term is net 30 days. Page 2 of 3 P.O. Box 488, Lockeford, CA 95237 Phone (209) 727-3428 Fax (209) 727-0437 Toll Free 855-HFS-FIRE Lic. # 898420 Proposal Continued: Hutchins Street Square — Fire Alarm Installation (dated 11/10/2022) Exclusions: Permit fees, bonds, UL Certificate, alarm monitoring of security, emergency service calls, repairs, etc. HFS, Inc. excludes all structural, underground, core drilling, false columns, access panels, insulation/freeze protection, strobes, fire alarms, smoke detectors, fire extinguishers, hose racks, fire caulking, sealing penetrations, electrical wir%onduits, cutting patching of ceiling, painting, over -time pay/after-hours work, all electrical done by others. ACCEPTANCE OF PROPOSAL: HFS, Inc. dba Houston Fire Systems Customer Signature(s) Bruce Pardini (209) 727-3428 (Office) (209) 735-2573 (Cell) Customer Name(s) Date of Acceptance Page 3 of 3 Elo-"2` 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 Requirements for Construction 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 Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 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 claim. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b) Primary and Non -Contributory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp oiect that it is insuring. (d) Severability of Interest_ Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. Page 1 I of pages i Risk: rev. 3/1/2018 (e) Notice of Cancellation or Chane in Coverage Endorsement 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. (f) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended 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 Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the 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 Code Section 810 et seq.). (g) Failure to Comply If Contractor fails or refuses to obtain 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 Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. 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 of 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) Verification 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 obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. 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 the City's right to exercise after the effective date. (i) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the 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 obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Builder's Risk (Course of Construction) Insurance Contractor may submit evidence of Builders 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. (1) 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) Qualified JsJ All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages����� Risk: rev. 3/1/2018 Capital Improvement Plan FY 2022-2023 Project Title: HSS Fire Panel System Upgrade I Munis Project Code: CIP List Proj # Section I: Description District Nos: 3 Project Length Priority High Upgrade fire control panels. Work includes installation of a central fire panel and rewiring the existing system to the new panel. Justification/factor driving project Additional Information Section II: Estimated Proje Expenditure Contracts Total Capital Costs Prior Years FY 21122 Estimate $ - $ - $ - $ - $ - FY 22123 FY 23124 Budget $ 300,000 FY 24125 FY 25126 FY 26127 Future Yrs Total $ 300,000 $ - $ 300,000 $ - $ - $ - $ - $ - $ - $ 300,000 Section III: Funding Sourc( Funding Source(s) 431 - Capital Outlay/General Total Project Financing Prior Years FY 21122 Estimate $ $ - $ - FY 22123 FY 23124 Budget $ 300,000 $ 300,000 $ - FY 24125 FY 25126 FY 26127 $ - $ - $ - Future Yrs $ $ - $ Total 300,000 300,000 RESOLUTION NO. 2023-04 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH HOUSTON FIRE SYSTEMS, OF LODI, FOR HUTCHINS STREET SQUARE FIRE PANEL SYSTEM UPGRADE; AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENTS TO THE AGREEMENT; AND FURTHER APPROPRIATING FUNDS WHEREAS, Hutchins Street Square (HSS) has gone through major renovations in the past, and the fire protection systems had been modified to connect to the two fire panels inside the facility; and WHEREAS, the City Fire Marshall noticed in October 2022 that the two fire control panels monitor different areas in the HSS facility and do not communicate with each other and ordered the panels to be upgraded as soon as possible so that the entire HSS facility will be alerted during fire emergencies; and WHEREAS, staff recommends authorizing the City Manager to execute a Professional Services Agreement with Houston Fire Systems, of Lodi, for the Hutchins Streets Square Fire Panel System Upgrade, in the amount of $241,320, and authorizing the City Manager to execute amendments to the agreement; and WHEREAS, staff further recommends appropriating funds in the amount of $300,000 from General Fund Capital (43199000.77020). NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Houston Fire Systems, of Lodi, California, for the Hutchins Streets Square Fire Panel System Upgrade in the amount of $241,320, and authorize the City Manager to execute amendments to the agreement; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $300,000 from General Fund Capital (43199000.77020); 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 4, 2023 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2023-04 was passed and adopted by the City Council of the City of Lodi in a regular meeting held January 4, 2023 by the following vote: AYES: COUNCIL MEMBERS — Bregman, Craig, Khan, Nakanishi, and Mayor Hothi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2023-04