Loading...
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