HomeMy WebLinkAboutAgenda Report - September 2, 2015 C-06CAGENDA ITEM 4
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Durst Contract Interiors, of Stockton, for Purchase and
Installation of Office Furniture at City Hall Annex Building ($84,256), and
Appropriating Funds ($93,000)
MEETING DATE:
PREPARED BY:
September 2, 2015
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute
Professional Services Agreement with Durst Contract Interiors,
of Stockton, for purchase and installation of office furniture at
City Hall Annex Building in the amount of $84,256, and appropriating funds in the amount of $93,000.
BACKGROUND INFORMATION: At the February 18, 2015 Council meeting, Council awarded the
City Hall Annex Phase 2 Remodel Project to Diede Construction.
The project is nearing completion. The final phase of the project
is the purchase and installation of office furniture. Previous Council action has established Hayworth
Unigroup Furniture (Hayworth) as the preferred office furniture manufacturer in order to coordinate
office systems furniture at various City facilities.
Staff has worked with Durst Contract Interiors, the local Hayworth representative, for programming
and space needs planning for Fire Administration and the Parks, Recreation and Cultural Services
Division. Durst Contract Interiors met with staff to determine program and space needs. They also
evaluated existing furniture to create an inventory of reusable items. The final furniture plan for each
area has been approved by the Fire Administration and Parks and Recreation department heads, and
these are provided in Attachment 1.
Staff recommends Council adopt a resolution authorizing the City Manager to execute a Professional
Services Agreement with Durst Contract Interiors, of Stockton, for purchase of various furniture items
from Hayworth, relocation of some Fire Administration furniture, as well as assembly and installation
of new and relocated furniture. Lead time for delivery is six to eight weeks.
Included in this action are a few items of furniture and installation by Durst Contract Interiors for the
Transit Station, as requested by the Transportation Manager, to meet staff needs.
The requested appropriation includes contingency funds.
FISCAL IMPACT: Not applicable.
FUNDING AVAILABLE: General Fund Capital (43199000.77020) $89,000
Transit Funds (60199000.77020) $4,000
APPROVED.
S-Wph6n'--8cha-u6r, City Manager
KAWP\PROJECTSWISC\City Hall Annex 1st Floor Remodel 2013\CHARP Phase 2 Project= CHARP2 Hayworth Durst Purchase.doc 8/24/2015
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Durst Contract Interiors, of Stockton, for Purchase and Installation
of Office Furniture at City Hall Annex Building ($84,256), and Appropriating Funds ($93,000)
September 2, 2015
Page 2
Jordan Ayers
Deputy City Manager/Internal Services Director
j
F. Wally Sartrelfin
Public Works Director
FWS/GW/tb
attachment
K:\WP\PROJECTSVv1 MCity Hall Annex 1 st Floor Remodel 2013\CHARP Phase 2 Project= CHARP2 Hayworth Durst Purchase doc 6/24/2015
v
O
N E€
OD arc
0
zaz
w 2: iumj s
az a0
<ne jun
Q Q
oa��
QZ
J C-
a 0
}
0.-0 j �O U
LL 0
p0�
00
a �
0 6
CL °-
i
a
s
r Y
z
S x x
O � i
co
O�O rcrc
Z Q Z
Qm�zLU
oZa0
w3"'h e
a<QW
oohs
� Qv
Oozri E
w Q�O o
v
w
Q g N U
w
aOU�°
�o ZM
o=to 3
IoUv3
W o O rn 3
O m N N
D d
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 20 by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and DURST
CONTRACT INTERIORS (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 purchase,
delivery, and installation of office furnature for the administrative offices of Fire, Parks
and Recreation, and Transit (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
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is 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 Tenn
The term of this Agreement commences on September 1, 2015 and terminates
upon the completion of the Scope of Services or on August 31, 2016, whichever occurs
first.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
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.
3
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 Compf lance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers;
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Gary Wiman
To CONTRACTOR: Durst Contract Interiors
3008 Cherokee Road
Stockton, CA 95205
Attn: Cassandra Durst
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
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
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.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
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.
7
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.
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
DURST CONTRACT INTERIORS
Bv:
Name: CASSANDRA DURST
Title: Owner
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 43199000.77020/60199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2015\Durst Interiors Annex
CA.Rev.01.2015
8
Exhibit A/B
PROPOSAL/QUOTE
Address Phone #
Fax # . Quote #
3008 Cherokee Road (209) 463-5734
(209) 463-4516 2015-638
prle,-
Stockton, CA 95205
Rep: OLD
Client P.O. #:
Contract Interiors
Client Contact:
Date: 6/13/2015
Tern Lovell
Bill to:
Ship to:
CITY OF LODI
CITY OF LODI
Contact Phone:
PARKS, RECREATION
AND CULTURAL PARKS, RECREATION AND
SERVICES
CULTURAL SERVICES
209-333-6742
PO BOX 3006
PO BOX 3006
LODI, CA 95241-1910
LODI, CA 95241-1910
Contact Email:
tlovell@lodi.gov
Billing Email:
Prices listed are good
Terms: NET 10
The first 2 weeks storage is free. for 30 days
Please note: deliverylinstallation/labor charges may vary depending on site, install conditions & change orders.
Item
Description
Qty Rate Total
**' PARKS AND RECREATION ***
#HAWORTH
HAWORTH UNIGROUP FURNITURE AS QUOTED
42,371.57 42,371.57T
11 WORKSTATIONS
2 PRIVATE OFFICES
COLORS:
WORKTOP SURFACE COLOR: WHEAT GRAIN GRD A,
H -DE
WORKTOP EDGE COLOR: GRAY TONE GRD A, TR -G
PANEL SELECTION: FABRIC: STRAIE-ELEMENT GRD
A, C1 -AH
TRIM: GRAY TONE GRD A, TR -G
LOCK COLOR: BLACK, LR -BL
PRICING BASED ON U.S. COMMUNITIES PRICE LIST
PLEASE MAKE PO OUT TO HAWORTH C/O DURST
SEE PARTS LIST FOR DETAILS
QUOTE DOES NOT INCLUDE DELIVERY AND
INSTALLATION
"NOTE. Durst Installers are
not certified electra;,,ans or data reclaricians• ffyour newfurmiure consists ufelectrical
Subtotal $42,371.57
nook -up ler/her from the wall/hose
or the ceiling/, please consuh a licensed electrician and data tecirmetats far your wu•rng
needs, prior to our arrival an the date fisted above."
Sales Tax (8.0%) $3,389.73
PROPOSED BY
DATE:
Total $45,761.30
ACCEPTED BY:
DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX
BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
PROPOSAL I QUOTE
Address Phone #
Fax# Quote #
3008 Cherokee Road (209) 463-5734
(209) 463-4516 2015-660
A prle,-
Stockton, CA 95205
Rep: DLD
Client P.O. #:
Contract Interiors
Client Contact
Date: 8/14/2015
Terri Lovell
Bill to:
Ship to:
CITY OF LODI
CITY OF LODI
Contact Phone:
PUBLIC WORKS DEPARTMENT PARKS, RECREATION AND
221 WEST PINE STREET CULTURAL SERVICES
209-333-6742
P.O. BOX 3006
PO BOX 3006
LODI, CALIFORNIA
LODI, CA 95241-1910
Contact Email:
tlovell@lodi.gov
Billing Email:
Prices listed are good
Terms: NET 10
The first 2 weeks storage is free. for 30 days.
Please note: delivery/installation labor charges may vary depending on site, install conditions & change orders.
Item
Description
Qty
Rate
Total
QUOTE FOR FIRE DEPARTMENT—
"FIRE CHIEFS OFFICE**
SON01
DESK SHELL, 72" x 36" x 29"
1
681.00
681.00T
SON65
PEDESTAL -BBF, 15.5' x 24" x 27"
1
333.00
333.00T
SON98
BRIDGE, 42" x 24" x 29"
1
234.00
234.00T
SON43
CREDENZA SHELL, 72" x 20" x 29"
1
476.00
476.00T
SON56
PEDESTAL - FF, 15.5' x 18" x 27"
1
277.00
277,00T
SON51
WARDROBEISTORAGE, 37" x 19" x 70"
1
1,213.00
1,213.00T
SON55
BOOKCASE/OPEN HUTCH 36" x 14" x 42"
2
414.00
828.00T
SON12
LATERAL FILE, 2 DRAWER.. 37"W X 20"D X 29"H.
2
643.00
1,286.00T
SON58
42" ROUND TABLE, DRUM BASE.
1
538.00
538.00T
#90662
PROGRID MESH HI -BACK CHAIR, 3 -WAY ADJ. ARMS,
1
294.00
294.00T
SYNCHRO TILT, SEAT SLIDER
WD1643
WOOD FRAME UPHOLSTERED, GUEST CHAIR,
2
244.00
488.00T
BLACK, FAUX LEATHER
** DIV. CHIEF OFFICES **
PL102
DESK SHELL, 66"X30"
1
222.00
222.00T
PL166
ELI DRAWER PED, BBF
2
241.00
482.00T
PL145
ELI REVERSIBLE RETURN 48X24
1
150.00
150.00T
PL112
ELI LATERAL FILE, 2-DRW
4
396.00
1,584.00T
PL156
ELI BOOKCASE, 72"H X 32"W.
4
238.00
952.00T
WD387
CHERRY FINISH VISITORS CHAIR
4
190.00
760.00T
"* SMALL AND LARGE CONFERENCE ROOMS "*
PL127
ELITE 42" ROUND TABLE
1
196.00
196.00T
#ACTION LAMINATES
204-3696-3, RACETRACK TABLE TOP 36"D x 96"W
1
446.00
446.00T
PVC EDGEBANDING
#PLT-TLEG-30
TWO PRONG STEEL LEG, 30" SPREAD. BLACK
2
98.00
196.00T
SLTW' "Q0f55f�srafie.>eareoLIVDI�rT�
k1Arrrll4�sq No�uirbbaf, Back"Lck. Hrd Cast�rrs1-+r _.,
12$Ubtotal
269.64
3,235.68T
'T,
hook-up ferther j'rom rile mulft'+eer'�?��f���rr��'r
�l9lhfr+7�!�i:�I1.+F!�M�i nin and data lechme+un jor Your wu•mg
needs prior to our arrival on the date lived above "
Sales Tax (8.0%)
PROPOSED BY
DATE:
Total
ACCEPTED BY:
DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX
BACK TO 2094634516. THANK YOU
FOR
YOUR BUSINESS.
Page 1 Q
-9i�l'-
OP
Contract Interiors
Date: 8/14/2015
Bill to:
Address
3008 Cherokee Road
Stockton, CA 95205
Rep: DLD
CITY OF LODI
PUBLIC WORKS DEPARTMENT
221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA
PROPOSAL/QUOTE
Phone # Fax # Quote
(209) 463-5734 (209) 4634516 2015-660
Client P.O. #:
Client Contact:
Terri Lovell
Ship to:
CITY OF LODI Contact Phone:
PARKS, RECREATION AND
CULTURAL SERVICES 209-333-6742
PO BOX 3006
LODI, CA 95241-1910 Contact Email:
tlovell@lodi.gov
Billing Email:
Prices listed are good
Terms: NET 10
The first 2 weeks storage is free. for 30 days.
Please note: deliverylinstallation/labor charges may vary depending on site, Install conditions & change orders.
Item
Description
Qty
Rate
Total
" CARI'S OFFICE `
#LF236
2 DRAWER LATERAL FILE, 36" WIDE
1
339,00
339.00T
" ANNE'S OFFICE "
#OFBA40361872
BOOKCASE, 72"H X 16"D X 36"W. STEEL. 4
2
259.00
518.00T
ADJUSTABLE SHELVES, PUTTY
#OFHS1221
HOVER 2 SCREEN 2 ARM MONITOR
5
299.00
1,495.00T
#OFHS1121
HEIGHT ADJUSTABLE MONITOR ARM. 12" POST. 33
1
189.00
189.00T
LB CAPACITY
#DEL/INS
Charge for the ASSEMBLY, DELIVERY & INSTALL OF
4,005.00
4,005.00T
FIRE ADMIN DEPARTMENT
#DEL/INS
Charge for the ASSEMBLY, DELIVERY & INSTALL OF
10,887.00
10,887.00T
PARKS AND RECREATION
PLEASE MAKE P.O. OUT TO DURST
=.p8.YL Durst Invaders are nor certified eiecincians or dura rec'nruclaos- yiaurnew furnaure cansrsis• ofelecir.•c-uf Subtotal $32,304.68
hook
-un re.•Ih- f om €he ,vu;l%bare or the -eding,' please corsu6 a W—sed elect—tan and dale lechneran far yourworrug
. - needs. prier N our arrive1 vn the dote !Wl?d abrn-e
Sales Tax (8.0%) $2,584.37
PROPOSED BY.
DATE
Total $34,889.05
ACCEPTED BY: DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS,
Page 2 6rZ
90PI
Contract Interiors
Date: 8/19/2015
Bill to:
Address
3008 Cherokee Road
Stockton, CA 95205
Rep: DLD
CITY OF LODI
PUBLIC WORKS DEPARTMENT
221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA
Billing Email
PROPOSAL/QUOTE
Phone # Fax # 666bg
(209) 463-5734 (209) 463-4516 2015-703
Client P.O. M
Client Contact:
PAULA FERNANDEZ
Ship to:
CITY OF LODI Contact Phone:
PUBLIC WORKS DEPARTMENT
221 WEST PINE STREET 209.333.6800 EXT. 2667
P.O. BOX 3006
LODI, CALIFORNIA Contact Email:
pfemandez@lodi.gov
*=:+k?7',. Durst installers are not certified elecirrctans or data rechnictwis•. fyoar nes- /ivnrture consists of electrical Subtotal $3,338.42
hook-up %either cram the watkbasc or the eeihng�, please cumuli a licensed electrician and data rechnicianfor your wmn,
needs, prior to aur aerival on the date irs[ed above. "
Sales Tax (8,0%) $267.07
PROPOSED BY: DATE:
T Total $3,605.49
ACCEPTED BY: DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 249-463-4516. THANK YOU FOR
YOUR BUSINESS.
Prices listed are good
Terms: NET 10
The first 2 weeks storage is
free. for 30 days.
Please note: delivery/i nstallationflabor charges may vary depending on site, install conditions & change orders.
Item
Description
Qty
Rate
Total
*** FOR TRANSIT CENTER—
#OFCA41361878
LOCKING STORAGE CABINET, 18" X 36" X 76"H.
2
369.00
738.00T
#BT04Q
OSP - 4' RESIN MULTI PURPOSE TABLE - 48"W x 24"D
4
78.00
312.00T
x 29.25"H
#FC810ONP
OSP - FOLDING CHAIR - PLASTIC FAN BACK -
16
41.00
656.00T
BLACK,BLUE, OR BEIGE, FABRIC SEAT -METAL
FRAME - 300LB WEIGHT CAPACITY - SOLD IN 4
PACKS(PRICE IS FOR EACH)
#WURA-2460-LJSC
HAWORTH WORKSURFACE - RECTANGLE - 24" x 60"
2
129.21
258.42T
- LAMINATE - EDGEBAND- STANDARD CORE - NO
CABLE MANAGEMENT. TR-R/H-34
#ACTION LAMINATES
1-3076-3 - RECTANGULAR WORKSURFACE - 30"D x
2
326.00
652.00T
78"W - PVC EDGEBANDING. MATCH HAWORTH
BEIGE H-34.
#PLT-TLEG30
T -LEG FOR 30" TABLE
4
108.00
432.00T
#DEL/INS
Charge for the ASSEMBLY, DELIVERY & INSTALL of the
290.00
290.00T
purchased products above
*=:+k?7',. Durst installers are not certified elecirrctans or data rechnictwis•. fyoar nes- /ivnrture consists of electrical Subtotal $3,338.42
hook-up %either cram the watkbasc or the eeihng�, please cumuli a licensed electrician and data rechnicianfor your wmn,
needs, prior to aur aerival on the date irs[ed above. "
Sales Tax (8,0%) $267.07
PROPOSED BY: DATE:
T Total $3,605.49
ACCEPTED BY: DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 249-463-4516. THANK YOU FOR
YOUR BUSINESS.
E:Ex:hibit C
or 'El
r4IiIFCVV6
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 Bodily Injury – Per Person;
$1,000,000 Bodily Injury – Per Accident,-
$1,000,000
ccident;$1,000,000 Property Damage – Per Accident; or
$1,000,000 Combined Single Limits
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 of this form, or an equivalent form providing equivalent liability coverage.
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 (11185) or equivalent 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.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractors 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.
Page 1 of 2 pages — .Y y Risk: rev.03.2014
Insurance Requirements for Contractor (continued)
(c) 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.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi; 221 West Pine St, Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement_ At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance_
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1') day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance. the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) 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 I of 2 pages __7 ___ —� Risk: rev 03 2014
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
'TO: Internal Services Dept- - Budget Division _ _
3. FROM: Rebecca Areida-Yadav 5. DATE: 8/20/2015
4 DEPARTMENT/DIVISION: Public Works
6. REQUEST ADJUSTMENT
OF APPROPRIATION AS LISTED BELOW
FUND #
BUS UNIT # ACCOUNT #
1 ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
431
32205
IFund Balance
$
89,000.00
601 32205 IFund Balance $
4,000.00
B
431
43199000 77020
General Fund Capital
$
89,000.00
USE OF
601
60199000 77020
Transit Capital
$
4,000.00
FINANCING
7. REQUEST IS MADE TO FUND THE FOLLOWING 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.
PSA with Durst for purchase and installation of furniture for the City Hall Annex project and for the Transit Station North Annex
project.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: x Res No: - Attach copy of resolution to this form.
Department Head Signature:
8. 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. 2015-157
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT
FOR PURCHASE AND INSTALLATION OF OFFICE FURNITURE AT
THE CITY HALL ANNEX BUILDING AND THE TRANSIT STATION, AND
FURTHER APPROPRIATING FUNDS
WHEREAS, previous Council action has established Hayworth Unigroup Furniture
(Hayworth) as the preferred office furniture manufacturer, in order to coordinate office systems
furniture at various City facilities; and
WHEREAS, staff has worked with Durst Contract Interiors, of Stockton, the local
Hayworth representative, for programming and space needs planning for Fire Administration,
Parks and Recreation, and the Transit Station; and
WHEREAS, staff was apprised of a used furniture dealer located in Stockton, Quality
Office Liquidations, that offers both office furniture, such as desks, chairs, and shelving units, as
well as modular furniture systems; and
WHEREAS, staff recommends authorizing the City Manager to negotiate with Durst
Contract Interiors and Quality Office Liquidations for purchase of office furniture, modular
furniture systems, relocation of some Fire Administration furniture, and the assembly and
installation of new and relocated office furniture; and
WHEREAS, staff recommends authorizing the City Manager to execute an agreement
with either Durst Contract Interiors or Quality Office Liquidations, or a combination thereof, in an
amount not to exceed $84,256.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to negotiate and execute a Professional Services Agreement with
either Durst Contract Interiors, of Stockton, or Quality Office Liquidations, of Stockton, or a
combination thereof, for the purchase, assembly, and installation of office furniture and modular
furniture systems at the City Hall Annex Building and the Transit Station, including relocation of
some Fire Administration furniture, in an amount not to exceed $84,256; and
BE IT FURTHER RESOLVED that the necessary funds be appropriated for this project.
Dated: September 2, 2015
-----------------------
-----------------------
hereby certify that Resolution No. 2015-157 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held September 2, 2015, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, Nakanishi, and
Mayor Johnson
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NIFER . FERRAIOLO
y Clerk
2015-157