HomeMy WebLinkAboutAgenda Report - April 19, 2023 C-06CITY OF
Age
of V0 Z
CALIFORNIA
AGENDA ITEM doh
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional
Services Agreement with ICR Refrigeration, Inc., of Lodi, for On -Call Heating, Ventilation, and
Air Conditioning Services ($250,000)
MEETING DATE: April 19, 2023
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to
Professional Services Agreement with ICR Refrigeration, Inc., of Lodi, for on-call
heating, ventilation, and air conditioning services, in the amount of $250,000.
BACKGROUND INFORMATION: The Public Works Facilities Division provides regular preventive maintenance to
the heating, ventilation, and air conditioning (HVAC) systems in various city
owned buildings. Facilities staff occasionally requires services from an outside
HVAC contractor to provide dialogistic and repairs on the HVAC units when they are not functioning as intended.
On May 19, 2021, Council awarded the Professional Services Agreement to ICR Refrigeration, Inc. in the amount of
$500,000. The original agreement includes a 2 -year term with options for 3 additional 1 -year extensions. Over the
past 2 years, in addition to regular maintenance, staff has utilized this contract to address several deferred
maintenance issues that include duct cleaning at the Police Facility and City Hall, and the replacement of the boiler in
the City Hall Annex. Due to these unanticipated large expenditures, current funding is nearly exhausted.
If approved, Amendment No. 1 will extend the Agreement through June 30, 2024 and increase funding by $250,000
for a total not -to -exceed amount of $750,000. The additional funding will be utilized to address HVAC
repairs/replacements anticipated through the remaining contract term.
Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with
ICR Refrigeration, Inc., of Lodi, for on-call heating, ventilation, and air conditioning services, in the amount of
$250,000.
FISCAL IMPACT: Ongoing City facilities HVAC system maintenance and repairs are necessary to maintain
a comfortable working environment in City facilities and to avoid more costly system
failures. This project will impact the General Fund in proportion to the General Fund
facilities requiring HVAC services.
FUNDING AVAILABLE: Funding is budgeted in the operating accounts associated with the location of the
rrepai�rs.
j
CES/AC/cd
Attachment
Cc: Deputy Public Works Director
Public Works Management Analyst
Andrew Keys
Deputy City Manager/Internal Services Director
CLW -
Charles E. Swimley, Jr.
Public Works Director
APPROVED: Steve schwabauer
Stephen Schwabauer, City Manager
\\cvcFiIv02\pubwks$\WP\COUNCIL\2023\CC HVAC Amend No 1.doc
4/5/2023
AMENDMENT NO. 1
ICR REFRIGERATION, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2023, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and ICR REFRIGERATION, INC., a California corporation
(hereinafter "CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
June 10, 2021 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of;
and
2. WHEREAS, CITY requested to extend the term of the Agreement through June 30, 2024; and
3. WHEREAS, CITY requested to increase the fees by an amount not -to -exceed $250,000, for a
total not -to -exceed agreement amount of $750,000; and
4. WHEREAS, CONTRACTOR agrees to the amendment set forth above.
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 ICR REFRIGERATION, INC., a California
hereinabove called "CITY" corporation hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
Name.
Title:
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on Jun,— i❑ , 2021, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and ICR
REFRIGERATION, 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 Citywide
Heating, Ventalation, and Air Conditioning Services (hereinafter "Project") as set forth in
the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it
is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 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 2.5 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 July 1, 2021 and terminates upon the
completion of the Scope of Services or on June 30, 2023, whichever occurs first.
Section 2.7 Option to Extend Term of Agreement
At its option, City may extend the terms of this Agreement for an additional three
(3) one (1) -year extension; 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
P;
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.
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 a and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration -- Labor Code §1725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 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.
3
Section 3.6 Auditina
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.
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
4
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.
Section 4.7 Successors and Assi ns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows;
5
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Arne[ Clegg
To CONTRACTOR: ICR Refrigeration, Inc.
1021 Black Diamond Way
Lodi, CA 95240
Attn: Jeremy Mustin
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,
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.
6
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
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
7
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 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.
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
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.
UI
M
s
IN WITNESS WHEREOF, CITY and CONTRACTOR hove executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST:
c
JENNIFER CUSMIR STEPHEN SCHWA R
to ' City Clerk City Manager
APPROVED AS TO FORM: iCR REFRIGERATION, INC., a California
JANICE D. MAGDICH, City Attorney corporation
day By.-
Name.
y,Name: J EMV USl"IN
AttacWents: Title:
ExhibR A — Scope of Services
Exhibit B — Fee Proposai
Exhibit C — insurancr Requirements
Exhibit 0 — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business unit a Account No.)
Doc ID:ItcvOtVOZlpubwkWWP PROJECTSIPSA's%2021NCRUCR PSA.doc
CA-Re..0=021"[W
Exhibit A
Scope of Service
The City of Lodi is requesting proposals to provide on-call service for the City's HVAC
equipment located in various city facilities within the Lodi city limit including the White Slough
Water Pollution Control Facilities located at 12751 N. Thornton Road. The contract shall be
under a two-year term with the option for three one-year extensions.
The contractor shall provide all materials, equipment and labor for HVAC services and repairs
as needed at the City Facilities. The equipment to be maintained includes but is not limited to
air handlers, evaporative coolers, split systems, exhaust fans, boilers, pump, gas fired unit
heaters, package units, ductless units and force air systems.
Pricing shall be provided on the attached bid schedule. All information shall be filled out for the
proposal to be considered. The successful bidder, its employee, and its representative shall
comply with current 29 CFR 1910 OSHA General Industry Regulations.
The City will accept no responsibility or liability for accidents caused by the lack of safety
equipment and or procedures or the improper installation of equipment or workmanship. Safety
protocols to include wearing of hard hats and safety glasses.
Safety hazards notices by servicing personnel shall be immediately reported verbally and
followed by a written statement to the City Facility Superintendent or representative. If
barricades are needed to ensure safety, the successful bidder shall provide them at no cost to
the City. Equipment Lockout/Tag out procedures shall be followed and coordinated with the
City building maintenance personnel.
Contractor shall provide qualified technicians) for service call 2417 including holidays for
emergency calls or other type of outages within a two-hour response time.
Normal repair work shall be performed during the regular hours of 7:00am through 5:OOpm,
Monday through Friday unless specified by the City Facilities Superintendent or representative.
Worksheets for all work shall be reviewed upon request by the Facilities Superintendent or
Authorized City Representative prior to billing. Work completed must by billed within 30 days of
the work being completed.
A written quote must be provided upon request before any work performed. Phone call
authorization requires a quote over the phone and a written confirmation or email after the work
has been completed.
City Rights/ Determining of Best Bid
The City may:
a) Detennine the best bid considering rates offered and/or projections of total cost
computed by the City based on past experience.
b) Contractor is to provide a minimum of two references from comparable contracts.
c) Reject any or all bids or waive any informality in any bids.
d) Consider bids for a period of 60 days following the time of receipt of bids before deciding
which bid, if any, will be accepted.
Thus the result will not be determined based solely on price, Although price is a key factor, the
City will consider awarding the contract to the Contractor that meets the best interest of the City
as interpreted by the City.
The City reserves the right to modify the scope of required services based on pricing of bids,
available budget, and priority of requested services. The final determination will be incorporated
in the final agreement for services (contract).
Subcontracting Limitation
No portion of work shall be subcontracted, and no change in key personnel shall be made,
without prior written consent from City. Failure to comply with this term may result in
cancellation of contract and elimination of any obligation from City. It is the City's desire to have
an ongoing support relationship with the provider and that may include an assigned contractor.
Consistency of service is a critical need and familiarity with our locations and unique
requirements is also important.
Background Checks
The City requires background checks of any personnel with unrestricted access to City physical
sites. Vendor should be prepared to have employees background checked at their own
expense, upon request by City. This would typically include'Live Scan' fingerprinting and
subsequent checks of Department of Justice and Federal Bureau of Investigation records.
Assignment of Contract
The Contract shall not be assigned without written consent of the City Manager.
Contract
Successful bidder shall execute a Professional Service Agreement (PSA) with the City. A draft
of the PSA is attached for your review.
Insurance
The contractor shall provide and keep current during the entire duration of the liability insurance
as indicated in the PSA,
Labor Compliance
The Contractor shall ensure that the prevailing wage requirement is applied to anyone
performing work under this contract. Contractor/contractors shall comply with the provisions of
section 1775 and 1613 of the Labor Code of the State of California and price their proposal
response accordingly. Pursuant to Labor Code Section 1770, the Contractor and the
Contractor's Subcontractors shall pay not less than the prevailing rate of per diem wages,
including, but not limited to, overtime, Saturday, Sunday, and holiday work, travel and
subsistence, as determined by the Director of the California Department of Industrial Relations
pursuant to Labor Code Section 1773. The prevailing wage determinations are available on the
intemet at http:Nwww.dir.ca.gov/DLSRIPWD.
Exhibit B
Bid Proposal
Labor Rates:
Charge Description
Rate Per Hour
Certified Technician — Normal Hours
$105.00
Certified Technician - Overtime Hours
$157,50
$157.50
Certified Technician -Emergency Call Out -Overtime Hours T
Certified Technician - Holiday Hours
$20.00
Helper Technician- Normal Hours (if necessary)
$85.00
Helper- Overtime Hours (if necessary)
$127.50
Helper- Emergency Call Out (if necessary)
$127.50
Helper- Holiday Hours (if necessary)
$170.00
* We are assuming one technician will respond to each call. If two or more technicians are
required, City Approval will be required to have muhiple technicians onsite.
* A certified technician is defined as a technician that is EPA certified to work on this
equipment and highly knowledgeable with the equipment the work is being performed on.
• Your company's normal business hours are:
Sam - 5pm Mon- Fri
Define or attach your holiday schedule: Available 365 days a year
a Please define your guaranteed response time (s): 30 minutes
= Parts/Equipment markup percentage: 20%
Rental equipment markup percentage (Forklifts, Boomlifts, Cranes, etc.): 20%
■ Please explain any exception to this you may have:
■ Please list any exception or assumptions in your pricing in the space below.
After hour service call come with a 2 hour minimum charoe.
The initial term of the contract is two years. The City may renew the Agreement on annually for
up to three additional years. The annual increase shall not exceed the Consumer Price Index
(CPI) for the West Region, Urban, unadjusted. The maximum increase in any year shall not
exceed five percent.
Either party may cancel the Agreement upon ninety (90) days written notice.
This document shall be sealed and submitted by 4:00 PM on Friday, April 2, 2021 at the
221 W Pine Street, CA 94240. Electronic Submittal shall be submitted to aclegg@lodi.gov
by time and date as stated above.
Name of Contractor, ICR Refrigeration, INC
Business Address: 1021 Black Diamond Way, Lodi, CA 95240
Email and Phone: icrrfgCgmail.com (209) 333-1943
California Contractor's Class and License No. 678547
(Class C-20 Required)
NOT TO EXCEED
$500,000}
Bidder's Signature: Date;
Bidder's Name: -e,-1 �rH el
Per Senate Bill 854, contractors and listed subcontractors must be registered with the
Department of Industrial Relations (DIR) prior to submitting bids to any public work contracts.
Failure to comply will make bids non-responsive. No contractor or subcontractor may be
awarded a contract for public work on a public works project unless registered with DIR
pursuant to Labor Code Section 1725 5.
By submitting a bid, the bidder acknowledges that he/she has acquainted themselves with the
terms, scope, and requirements of the services based on the information contained in this
Invitation to Bid and any addendums. Any failure by the bidder to acquaint him or herself with
available information will not relieve them from the responsibility of estimating properly the
difficulty or cost of successfully performing the work. The City is not responsible for any
conclusions or interpretations made by the bidder on the basis of the information made available
by the City.
4
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 Most Contracts
{Nat construction or reuulring professional iiab_i_lity)
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
projectilocation (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 $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 Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease
Other Insurance Provisions:
(a) Additional Named Insured 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.
(e) Notice of Cancellation or Change 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.
Page 1 I of 2 pages Risk: rev. 3/1/2018
(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 Com
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 (1 st) 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) Seif-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) 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
(1) Qualified Insurer(s)
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
RESOLUTION NO. 2023-72
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH ICR REFRIGERATION, INC., OF LODI, FOR
ON-CALL HEATING, VENTILATION, AND AIR CONDITIONING SERVICES
WHEREAS, on May 19, 2021, Council awarded a Professional Services Agreement for
on-call HVAC services to ICR Refrigeration, Inc., in the amount of $500,000, which included a
two-year term with options for three additional one-year extensions; and
WHEREAS, due to unanticipated large expenditures, current funding is nearly
exhausted; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment
No. 1 to the Professional Services Agreement with ICR Refrigeration, Inc., of Lodi, for on-call
heating, ventilation, and air conditioning services, in the amount of $250,000.
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 ICR Refrigeration, Inc., of Lodi, California, for on-call heating, ventilation, and
air conditioning services, in the amount of $250,000, thereby extending the term of the
Agreement to June 30, 2024; 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: April 19, 2023
I hereby certify that Resolution No. 2023-72 was passed and adopted by the City
Council of the City of Lodi in a regular.meeting held April 19, 2023 by the following votes:
AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, and Yepez
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Hothi
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2023-72