HomeMy WebLinkAboutAgenda Report - December 7, 2016 C-05AGENDA [TEM C,=5
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute
Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Fire
Station No. 3 Roof Replacement Project ($138,425), Utilizing U.S. Communities
Contract No. 10330, Approving 10 -Percent Contingency, and Appropriating Funds
($55,000)
MEETING DATE:
PREPARED BY:
December 7, 2016
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive the bid process
and execute Professional Services Agreement with Garland/DBS,
Inc., of Cleveland, OH, for Fire Station No. 3 Roof Replacement
Project, utilizing U.S. Communities Contract No. 10330, in the amount of $152,268, and appropriating
funds in the amount of $55,000.
BACKGROUND INFORMATION: Fire Station No. 3 is located at 2141 South Ham Lane. The building
was built in 1974. The roof protecting the apparatus bays has a flat
roof design and was constructed using a built-up asphalt roofing
system over plywood sheathing. The portion of roof protecting the living quarters was previously rebuilt
using a polyvinyl chloride (PVC) membrane roofing material. The exterior of Fire Station No. 3 was
recently renovated in 2015 and while occasional roof leak repairs had been performed on the apparatus
bays, the existing roof condition did not indicate replacement was necessary.
During the recent storms, larger leaks developed at various locations on the roof protecting the apparatus
bays. In response, staff requested Garland/DBS, Inc. perform an assessment on the condition of the
existing roof and their report is attached as Exhibit A. The report indicates the roof protecting the
apparatus bays should be removed and replaced. The report also recommends the PVC membrane roof
protecting the living quarters be treated using a restoration material that utilizes a urethane and polymer
compound to provide a protective coating on the existing roof membrane.
The City received a proposal from Garland/DBS, Inc. for roof replacement. The project will remove and
replace plywood sheathing, install a new bituminous roofing system with acrylic coating over the
apparatus bays; and include the application of restoration material over the living quarters. The work
would carry a 30 -year water -tight warranty (10 years for the restored area) by Garland/DBS, Inc. and
includes an annual roof inspection for the duration of the warranty period.
Garland/DBS, Inc. was the successful bidder for U.S. Communities Contract No. 10330 for competitively -
bid roofing services. Using the U.S. Communities line item cost, the bid price of $173,463 is the
maximum price an agency would be charged for the reroofing services.
For this project, the DBS/Garland, Inc. will subcontract some of the roof restoration services to
Waterproofing Associates, Inc., of Lodi. The proposed price of $138,425 is $35,038 lower than the U.S.
APPROVED: L
c er ity Manager
K:\WP\PROJECTSWIISC\FireSta3\Reroot\CPSA_garland_FS3.doc 11/22/16
Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for
Fire Station No. 3 Roof Replacement Project, Utilizing U.S. Communities Contract No. 10330 ($152,268), and Appropriating Funds ($55,000)
December 7, 2016
Page 2
Communities line item costs. The total project cost of $152,268 includes the agreement price of
$138,425 plus a 10 percent contingency of $13,843 to cover unforeseen conditions in the field.
By using the U.S. Communities contract, the formal bidding process has. already been performed, allowing
staff to more efficiently procure labor and materials for specialty type work, such as roofing, while
maintaining compliance with purchasing requirements. The Professional Services Agreement includes all
insurance and bonding requirements included in City construction contracts. Per Lodi Municipal Code
Section 3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is
advantageous for the City, with appropriate approval by City Manager and City Council, to use contracts
that have been awarded by other California public agencies, provided that their award was in compliance
with their formally -adopted bidding or negotiation procedures.
This project is not currently budgeted. Due to the amount of potential water damage to the fire station
from expected winter rainfall, staff recommends adopting a resolution authorizing City Manager to
execute Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Fire Station No.
3 Roof Replacement Project, in the amount of $138,425, and approve an additional 10 -percent
contingency in the amount of $13,843 for this project. In order to offset the impact to the General Fund
Capital Outlay Fund, the Lodi Arch rehabilitation Project ($50,000) and the Carnegie Forum Boiler
Replacement Project ($50,000) are hereby deferred; and the funds in the amount of $55,000 are hereby
appropriated from the General Fund for this project.
FISCAL IMPACT: Restoring leaky roofs will reduce repair costs for the interior spaces
damaged by water.
FUNDING AVAILABLE: General Capital Outlay Budget: diverted funding from Fiscal Year 2016/17:
Lodi Arch Rehabilitation Project $50,000
Carnegie Forum Boiler Replacement Project $50,000
Requested Appropriation:
General Capital Outlay Fund (43199000)$55,000
Total: $155,000
07'nq� V --op, .5�5"
Susan BjorW
Supervising Budget Analyst
Char s E. lmley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tdb
Attachments
Cc Fire Chief
Management Analyst — Areida-Yadav
Facility Maintenance Supervisor
Garland /DBS, Inc.
K:\WP\PROJECTS\MISC\FireSta3\Reroof\CPSA_garland_FS3.doc 11/22/16
BVI R
Citv of Lodi Fire Station 3 Roof Inspection Report
Prepared By
Richard ones
Prepared For
Lyman Chang
Table of Contents
Fire Station 3 /Facility Summary ............ ............ ............ ............ ............ . 3
Fire Station 3 / Site Survey / Photo Report: Oct 24, 2016 - Inspection Photos .................... 5
Fire Station 3 /Site Survey/ Solution: Oct 24, 2016.. ..... ...... ...... .........13
Facility Summary
s,rrte 1895
Client: City of Lodi
Facility: Fire Station 3
Address 1
2141 S Ham
Address 2
-
City
Lodi
State
California
ZIP
95242
Type of Facility
Other
Square Footage
7,500
The building has two different roof systems on it at this time. The lower roof, tower roof, and sections on the side of the
building have a pvc roof installed. The upper shop roof has a cap sheet hot asphalt system installed. The shop roof has
failed and dryrot is present in many areas, this roof is dangerous and needs to be reroofed asap.
Name Date Installed Square Footage Roof Access
Site Survey
7,500
Facility Summary Page 3 of 14
Facility Summary Page 4 of 14
since iags
Client: City of Lodi
Facility: Fire Station 3
Roof Section: Site Survey
Photo Report
Report Date: 10/24/2016
Title: Inspection Photos
Photo 1
Fire Station 3 has a presidential shingle
installed on the outside perimeter which
looks to be in great shape.
Photo 2
Photo Report: Oct 24, 2016 - Inspection Photos Page 5 of 14
Photo 3
Photo 4
The single ply roofs appear to have wear on
them and cleaning as well as a coating
system is recommended.
Photo Report: Oct 24, 2016 - Inspection Photos Page 6 of 14
Photo 5
Ponding water will age the single ply
membrane, cleaning and coating with
Garland white knight urethane coating.
Photo 6
Photo Report: Oct 24, 2016 - Inspection Photos Page 7 of 14
Photo 7
Water ponding on the single ply membrane
Photo 8
Photo Report: Oct 24, 2016 - Inspection Photos Page 8 of 14
".cam. �..�• � r,�lyY�{• ' {'•� ,"
R r
Photo 11
Leaks inside the shop area are in numerous
areas and could cause sheet rock to fall.
Photo 12
Leaks in the shop area
Photo Report: Oct 24, 2016 - Inspection Photos Page 10 of 14
Photo 13
The upper roof is a bur roof system which
has failed and does not drain well. A new
tapered roof insulation system is needed
after the roof is stripped and all dryrot
repaired.
Photo 14
The low roofs have clogged drains from
trees and the roofing need to be cleaned
and recoated as well.
Photo Report: Oct 24, 2016 - Inspection Photos Page 11 of 14
Photo 15
The bur roof section wall heights are good
for tapered roof insulation.
Photo 16
Water is traveling through the cap sheet roof
area.
Photo Report: Oct 24, 2016 - Inspection Photos Page 12 of 14
Since 1995
Client: City of Lodi
Facility: Fire Station 3
Roof Section: Site Survey
Solution Option: Replace
Square Footage: 7,500
Budget: $120,000.00
Solution Options
Action Year: 2017
Expected Life (Years): 30
***Please note these figures are BUDGETS ONLY and are not a bid, prior to assisting you with bidding to multiple
local contractors we will discuss the scope and specifications for the project then assist you in obtaining multiple
contractor quotes for your project per all Local, State and Gov. bidding procedures.
(Low slope modified built-up roof description, recommendation for roof areas under 2/12 to meet title 24, budget is
based around a modified built-up roof assembly with a title 24 compliant surface coating and membrane,
gravel options are available, white gravel and adhesive, and numerous other configurations for the same budget
figure)
This is a budgeted cost to help you prepare for your roofing project. My goal is to always have the contractor bids
come in lower than the budgeted cost.This budgeted cost will include assistance in all specifications, bid packages, &
manufacturers inspections, detail drawings, etc. all materials, labor, freight, and tax associated with the replacement
of the existing roofing system. Full removal and disposal of the existing roofing system is included in this budgeted
cost. The new roofing system would include one layer of 1/2" insulation board, one layer of HPR SBS ply sheet will then
be applied & one layer of Stressply Mineral 135 mil thick SBS modified surface sheet membrane installed. All new
metal flashing will be provided as well such as new surface mount, roof jacks, etc.The final product applied in his
installation will be a coating of Garlands bright white Acrylic roof coating. The final roof product will not only be
appealing to the eye but will have all of the characteristic's of long term performance with the warranties to back it up.
All asphalt based products will be supplied by Garland and installed per the NRCA (National Roofing and Contractors
Association) and per Garland's standard details. Included in the budget number also would be a contractor warranty
of three years and a Garland manufacturer warranty of thirty years. As always Garland will inspect your roof systems
annually for the entire duration of the warranty. The above number is to help you budget for these upcoming costs,
the quality of Garland's service and the products will make this the best roof system for your application.
"Service is our best Product".
• Remove and dispose of all existing roofing, insulation, flashing, etc. for a properly prepared roof surface.
• Install one layer of .5" woodfiber insulation and 1/8" tapered insulation.
• Install Garland SBS bituminous modified roofing system in cold adhesive.
• Install Garland's Title 24 Cool Roof white acrylic coating at a rate of 3 gallons per 100 square feet.
• Provide a 30 year watertight warranty.
• Provide a 3 year contractor warranty.
• At all single ply roofing install the White Knight Urethane Restoration System and provide a ten year watertight
warranty.
Solution: Oct 24, 2016 Page 13 of 14
Solution: Oct 24, 2016 Page 14 of 14
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, 2016, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and GARLAND DBS, INC.
(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 Fire Station No.
3 Roof Replacement Project (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
capabilities and on the qualifications
that CITY has relied on CONTRACTOR's
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 November 28, 2016 and terminates
upon the completion of the Scope of Services or on November 27, 2017, whichever
occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor,
Section 3.3 Contractor Registration — Labor Code 41725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 Contract Bonds
CONTRACTOR shall furnish two good and sufficient bonds:
1. A faithful performance bond in the amount of one hundred percent
(100%) of the contract price; and
2. A labor and materials bond in the amount of one hundred percent (100%)
of the contract price.
These bonds will be required at the time the signed contract is returned to the
City.
Section 3.5 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 3.6 Costs
3
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 3.7 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.
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
4
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.
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
5
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Lyman Chang
To CONTRACTOR: Garland DBS, Inc.
3800 East 91St Street
Cleveland, OH 44105
Attn: Matt Egan
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
6
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
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.
VA
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 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.
s
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
GARLAND DBS, INC.
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: 43199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2016\Garland DBS FS3.doc
CA:Rev.08.2015
9
Garland/DBS, Inc.
3800 East 915t Street
Cleveland, OH 44105
Phone: (800) 762-8225
since 1 895 Fax: (216) 883-2055
ROOFING MATERIAL AND SERVICES PROPOSAL
City of Lodi
Fire Station #3
2141 S. Ham Lane
Lodi, CA 95242
Date Submitted: 11/03/2016
Proposal #: 25 -CA -150950
M IC PA # 14-5903
California General Contractor License #: 949380
City of Lodi, California - General Contractor License #: 20011
i
Exhibit A/B
Please Note: The following estimate is being provided according to the pricing established
under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Cobb
County, GA and U.S. Communities. This estimate should be viewed as the maximum price an
agency will be charged under the agreement.
Scope of Work:
Upper Roof
1 Remove and dispose of existing system down to the wood deck.
2 Replace up to 5 sheets of dry rot plywood.
3 Install %4' taper insulation system over the entire roof deck. (mechanically fastened)
4 Install '/Z" taper crickets between drains. (mechanically fastened)
5 Install one layer of 1/2" coverboard insulation. (mechanically fastened)
6 Install one layer of Stressbase 80 set in Weatherking Adhesive.
7 Install one layer of Stressply Plus FR Mineral cap sheet set in Weatherking Adhesive.
8 Reuse existing coping metal.
9 Install new counterflashing metal as needed.
10 Install new lead pipe jacks.
11 Install new drain lead.
12 Once roof has cured, install Pyramic at a rate of 3 gallons per square in a two coat
application.
13 Provide 30 Year Manufacturer Warranty.
14 Conduct annual inspections of the newly installed roof system.
Lower Roofs
1 Power wash, clean, and prep existing single ply roofs.
2 Install two coats of White Knight Plus at a rate of 1 1/2 gallons per square per coat.
3 Install polyester reinforcement in any repair areas.
4 Provide 10 year Manufacturer Warranty.
Line Item Pricing
Item #
Item Description
Unit Price
Quantity
Unit
Extended Price
Upper Roof
'Tear -off & Dispose of Debris: SYSTEM TYPE
2.06
BUR W/ Insulation and Mineral Surfacing - Wood /
'Tectum Deck
$ 1.82
4,000 ISF
$ 7,280.
Removal & Replacement of Roof Deck: DECK
3.12
'TYPE
'Wood Deck
$ 5.10
160
SF
$ 816
Roof Deck and Insulation Option: WOOD ROOF
DECK - COLD PROCESS APPLICATION -
INSULATION OPTION: - Mechanically Fasten
6.17.01
Polyisocyanu rate / Adhere High Density Asphalt
Coated Wood Fiber with Insulation Adhesive to
Provide an Average R -Value of 20
In Compliance FM 1-90 Requirements
$ 3.29
4,000
ISF
$ 13,160
Insulation Recovery Board & Insulations Options:
INSULATION SLOPE OPTION
Provide a 1/4" Tapered Polyisocyanurate Insulation
4.53
System while Maintaining the Average R -Value
Including Tapered Crickets; Adhered with
Insulation Adhesive
$ 5.43
4,000
SF
$ 21,720
Insulation Recovery Board & Insulations Options:
INSULATION SUBSTITUTION OPTION
Substitute 1/2" Treated Gypsum Insulation Board
4.47
with Glass -Mat (e.g. DensDeck / Securock / Equal)
in Place of the Wood Fiber or Perlite - Adhered
with Insulation Adhesive
$ 0.63
4,000
ISF
$ 2,520
2 -PLY ROOF SYSTEMS - COMBINATIONS OF A
BASE PLY & A CAP SHEET (TOP PLY)
PLEASE NOTE: BASE PLY & CAP SHEET
COMBINATIONS MUST BE APPROVED BY THE
12.12.01
MANUFACTURER: ROOF CONFIGURATION
1 Ply Modified Base Sheet Adhered in Cold
Process Modified Asphalt: BASE PLY OPTION: -
.ASTM D 6163 SBS Fiberglass Reinforced Modified
Bituminous Sheet Material Type I - 70 Ibf/in tensile
$ 3.01
4,000
SF
$ 12,040
2 -PLY ROOF SYSTEMS - COMBINATIONS OF A
BASE PLY & A CAP SHEET (TOP PLY)
PLEASE NOTE: BASE PLY & CAP SHEET
COMBINATIONS MUST BE APPROVED BY THE
MANUFACTURER: ROOF CONFIGURATION
12.32.03
1 Ply Mineral Surfaced Cap Sheet Adhered in Cold
Process Modified Asphalt: ROOFING MEMBRANE
OPTION: - ASTM D 6162 SBS
Fiberglass/Polyester Reinforced Modified
Bituminous Sheet Material Type III - Minimum of
310 Ibf/in tensile
$ 5.201
4,000
ISF
1 $ 20,800
NEW FLASHINGS FOR ROOFING SYSTEMS &
RESTORATION OPTIONS: ROOF FLASHINGS
FOR MODIFIED & COAL TAR PITCH ROOF
SYSTEMS:
Minimum 1 Ply of Base Flashing and Mineral Cap
Sheet Installed in Hot ASTM D 312 Type III or IV
20.11.03
Asphalt: FLASHING OPTION: - BASE PLY: SBS
Modified Fiberglass Reinforced Base Flashing Ply
w/ Tensile Strength of 215 Ibf/in tensile (ASTM D
5147); TOP PLY: ASTM D 6162 SBS
Fiberglass/Polyester Reinforced Modified
Bituminous Sheet Material Type III - 310 Ibf/in
tensile
$ 15.16
400
SF
$ 6,064
NEW FLASHINGS FOR ROOFING SYSTEMS &
RESTORATION OPTIONS: ROOF FLASHINGS
FOR MODIFIED & COAL TAR PITCH ROOF
SYSTEMS:
Minimum 1 Ply of Base Flashing and Mineral Cap
Sheet Installed in Hot ASTM D 312 Type III or IV
20.999
Asphalt: - PER SQUARE FOOT COSTS -
INSTALLING IN COLD PROCESS FLASHING
ADHESIVE
Substitute Hot Asphalt Application for Cold
Process Flashing Adhesive Application of
Flashings
$ 6.49
400
SF
$ 2,596
Coat New Roofing With Elastomeric Coating:
ROOF SYSTEM TYPE
5.31
Apply an Aluminum Coating per Specifications (1
Gallon per Square per Coat - 2 Coats Required) -
Smooth or Mineral Surfaced Modified
$ 1.54
4,000
SF
$ 6,160
Lower Roof
RESTORATIONS - RECOATING OF EXISTING
ROOF SYSTEMS: ELASTOMERIC URETHANE
COATING FOR SMOOTH OR MINERAL
SURFACED MODIFIED ROOFS
15.23
Power wash & Clean with TSP or Simple Green;
Use Portable Blowers the Clear the Roof of
Moisture; Install Base Coat / Top Coat as Specified
(Urethane 2 Gallons per Sq.)
$ 5.43
4,000
ISF
$ 21,720
Sub Total Prior to Multipliers:
$ 114,876
Prevailing Wage Multiplier: San Joaquin County,
PWM
CA Roofer = $47.36
21.0%
%
$ 24,124
JOB SITE SPECIFIC MULTIPLIERS APPLIED TO
EACH LINE ITEM ON ASSOCIATE JOB:
MULTIPLIER - ROOF SIZE IS GREATER THAN
5,000 SF, BUT LESS THAN 10,000 SF
22.45
Multiplier Applied when Roof Size is Less than
10,000 SF, but Greater than 5,000 SF Fixed
Costs: Equipment, Mobilization, Demobilization,
Disposal, & Set-Up Labor are Not Completely
Absorbed Across Roof Area
1 30%
%
$ 34,463
TOTAL:
I
I
$ 173,463
Fire Station #3:
Total Maximum Price of Line Items under the MICPA: $
ADD 10%
Potential issues that could arise during the construction phase of the project will be addressed
via unit pricing for additional work beyond the scope of the specifications. This could range
anywhere from wet insulation, to the replacement of deteriorated wood nailers. Proposal pricing
valid through 12/31/2016.
If you have any questions regarding this proposal, please do not hesitate to call me at my
number listed below.
Respectfully Submitted,
Matt Egan
Garland/DBS, Inc.
(216) 430-3662
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
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.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) 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.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 1 of 2 pages I Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(e) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(f) 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.
(g) 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.
(h) 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.
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 names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (15) 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.
(j) 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.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced 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.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.03.2016
1. AA#
2. JV#
CITY OF' LODI
APPROPRIATION ADJUSTMENT. REQUEST y 'I
TO: IlInteMal Services Dept. - Bud Bt Division
3. FROM: I Rebecca Areida-yadav 15. DATE: 11/16/2016
4. DEPARTMENT/DIVISION: Public'Wprks
6. REQUEST ADJUSTMENT
OF APPROPRIATION AS LISTED BELOW ` „ ._ ;':
'-' _Qim__-=
_'- ► _'
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
431 32205 Fund Balance
$
55 000.00
B.
USE OF
FINANCING
431 43199000 77020 Capital Projects
$
55 000.00
'7. REQUEST IS MADE TO FUND THE FOLLO.WING'PROJECT NOT INCLUDED IN THE CURRENT BUDGET''
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
Professional Services Agreement with Garland/DBS for the Fire Station 3 roof replacement project.
GFCAP-0019. Co nst. ExtLabor
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date; Res No: Attach copy of resolution to this form.
Head Signature; ti lJ
S. APPROVAL SIGNATURES
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2016-212
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO WAIVE THE BID PROCESS AND EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH GARLAND/DBS,
INC., OF CLEVELAND, OHIO, FOR THE FIRE STATION NO. 3 ROOF
REPLACEMENT PROJECT, UTILIZING U.S. COMMUNITIES
CONTRACT NO. 10330; APPROVING 10 -PERCENT CONTINGENCY;
AND FURTHER APPROPRIATING FUNDS
WHEREAS, staff requested Garland/DBS, Inc. to perform an assessment on the
condition of the existing roof at Fire Station No. 3, and the report indicated that the
existing roof has numerous defects and low spots where water can intrude into the
building and should be replaced; and
WHEREAS, Garland/DBS, Inc., was the successful bidder for U.S. Communities
Contract No. 10330 for competitively -bid roofing services. Using the U.S. Communities
line item cost, the bid price of $173,463 is the maximum price an agency would be
charged for the reroofing services, and the proposed price of $138,425 is $35,038 lower;
and
WHEREAS, per Lodi Municipal Code Section 3.20.045, State and Local Agency
Contracts, the bidding process may be waived when it is advantageous for the City, with
appropriate approval by the City Manager and City Council, to use contracts that have
been awarded by other California public agencies, provided that their award was in
compliance with their formally -adopted bidding or negotiation procedures; and
WHEREAS, staff recommends authorizing the City Manager to execute a
Professional Services Agreement with Garland/DBS, Inc., of Cleveland, Ohio, for Fire
Station No. 3 Roof Replacement Project, in the amount of $138,425; and
WHEREAS, staff further recommends that the City Council approve a 10 -percent
contingency for this project to cover any unforeseen conditions in the field; and
WHEREAS, staff also recommends appropriating funds from the Facilities
Capital Outlay Fund in the amount of $55,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
waive the formal bidding process, thereby approving the utilization of the U.S.
Communities Contract No. 10330 for competitively -bid roofing services; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute a Professional Services Agreement with Garland/DBS, Inc.,
of Cleveland, Ohio, for the Fire Station No. 3 Roof Replacement Project, in the amount
of $138,425; and
BE IT FURTHER RESOLVED that the City Council does hereby approve a 10 -
percent contingency in the amount of $13,843 to cover any unforeseen conditions in the
field; and
BE IT FURTHER RESOLVED that in order to offset the impact to the General
Fund Capital Outlay Fund, the Lodi Arch Rehabilitation Project ($50,000) and the
Carnegie Forum Boiler Replacement Project ($50,000) are hereby deferred; and funds in
the amount of $55,000 are hereby appropriated from the General Fund for this project.
Dated: December 7, 2016
I hereby certify that Resolution No. 2016-212 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held December 7, 2016 by the
following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NIFE . Fi R�RAIOLO
1A"
City Clerk
2016-212