Loading...
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