HomeMy WebLinkAboutAgenda Report - August 17, 2016 C-06CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-6
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Garland/DBS, Inc., of Cleveland, OH, for Hutchins Street Square
Roof Repair Project Phase 3 ($117,491)
MEETING DATE: August 17, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for
Hutchins Street Square Roof Repair Project Phase 3, in the amount
of $117,491.
BACKGROUND INFORMATION: Hutchins Street Square (Facility) was last renovated in 1998. The
flat roof areas of the Facility total approximately 50,000 square feet.
The existing flat area roofing system consists of a single -ply,
Polyvinyl Chloride (PVC) membrane that is in poor condition and subject to occasional leaks requiring
isolated repairs.
In November 2013, the City requested Garland/DBS, Inc., perform a roof evaluation of the Facility to
determine its condition and to provide alternatives for addressing deficiencies. The City elected to
restore the roofing system at an overall estimated cost of $350,000. The project is being performed in
phases to match funding availability. As shown in Exhibit A, Phase 1 (Areas A and B) was completed in
2015 at a cost of $49,976 and Phase 2 (Area C) was completed in 2016 at a cost of $157,685. Phase 3
will be the last phase of the project and will cover areas D, E, F, and G.
Staff initially budgeted $65,000 in Fiscal Year 2016/17 to reroof Area D and planned to budget an
additional $65,000 in Fiscal Year 2017/18. Garland/DBS, Inc., proposed to combine the remaining two
phases into a single project for this fiscal year, saving approximately $12,500.
The restoration material is manufactured by the Garland/DBS, Inc., and utilizes a urethane and polyester
compound to provide a protective coating on the existing roof membrane. The final product would
provide the City with a 10 -year warranty on the existing roofing system.
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 $119,634 is the
maximum price an agency would be charged for the restoration services. To compare the U. S.
Community price with local roof restoration prices, Garland/DBS, Inc., requested a quote from
Waterproofing Associates, Inc., of Lodi, the company that performed the restoration services for the
Phase 1 roof restoration project.
For this project, the DBS/Garland, Inc., will subcontract roof restoration services to Waterproofing
Associates, Inc., of Lodi. The local price of $117,491 is $2,143 lower than the U.S. Communities line item
APPROVED:
chwaauer City Manager
K:\WP\PROJECTSWIISC\HSS ReroofCPSA_garland_hss_phase3,doc 8/4/16
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Hutchins Street Square Roof
Repair Project Phase 3 ($117,491)
August 17, 2016
Page 2
costs. The price includes project delivery services and a 10 -year roof system that is warranted by
Garland/DBS, Inc.
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.
Staff recommends adopting a resolution authorizing the City Manager to execute a Professional Services
Agreement with Garland/DBS, Inc., of Cleveland, OH, for the Hutchins Street Square Roof Repair Project
Phase 3, in the amount of $117,491.
FISCAL IMPACT:
Restoring leaky roofs will reduce repair costs for the interior spaces
damaged by water. Combining phases will save the City approximately
$12,500, but to remain within budget, will require postponing the Fire
Station No. 1 Kitchen Remodel Project until Fiscal Year 2017/18. The Fire
Department concurs with this strategy.
FUNDING AVAILABLE: Facilities Capital Outlay Fund (43199000) Fiscal Year 2016/17.
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tdb
Attachments
Cc Park and Recreation and Cultural Services Director
Management Analyst — Areida-Yadav
Garland /DBS, Inc.
K:\WP\PROJECTSWIISC\HSS Reroof\CPSA_garland_hss_phase3.doc 8/4/16
NCA 9'524
i {
1993 ' Imagery Dafe:..911512011. 38°07'56.49" N 121°16'48-09" W elev 52 ft
EXHIBITA
HUTCHINS STREET SQUARE ROOF REPAIR PROJECT - PHASE 3
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 Hutchins Street
Square Roof Restoration - Phase 3 (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
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 Term
The term of this Agreement commences on August 29, 2016 and terminates
upon the completion of the Scope of Services or on August 28, 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 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 Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
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:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Lyman Chang
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
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.
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: GARLAND/DBS, INC.
JANICE D. MAGDICH, City Attorney
By. By:
Name: MATT EGAN
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: GFCAP-0012.Const.ExtLabor 43199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2016\Garland DBS Phase 3 PSA.doc
CA:Rev.01.2015
8
(.ARRL AN()
since 1895
Garland/DBS, Inc.
3800 East 91st Street
Cleveland, OH 44105
Phone: (800) 762-8225
Fax: (216) 883-2055
ROOFING MATERIAL AND SERVICES PROPOSAL
Exhibit A/B
oes , E. c 4O J'I3'S
DBS
A SuL7s.a 3., o ]roan r ous'nes
City of Lodi
Hutchins Square
Roof Sections D, E, F & G Roof Restoration
Date Submitted: 05/12/2016
Proposal #: 25 -CA -150467
MICPA # 14-5903
California General Contractor License #: 949380
City of Lodi, California - General Contractor License #: 20011
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: Roof Sections D, E, F & G Roof Restoration
1 Preparation of existing roof system for restoration.
2 Pressure wash existing roofing system with high pressure water and cleaning solvent
as specified, allow a minimum of 24 hours to properly dry prior to proceeding.
3 Repair all damaged / deteriorated, membrane at edge flashing and through field along
with all details, curb flashings, pipe flashings, etc. with a three course method of
urethane, polyester, urethane. 1 gal per sq, polyester, 1 gal per sq.
4 Install WhiteKnight Plus WC Base Coat Urethane Coating per specification at a total
rate of 1.5 gallon per square allow to completely dry to all seams, penetrations, and
transitions.
5 Install WhiteKnight WC Top Coat Urethane Coating per specification at a total rate of
1.5 gallons per square allow to completely dry over the entire field, walls, seams,
penetrations and transitions.
Line Item Pricing
Item #
Item Description
Unit Price
Quantity
Unit
Extended Price
15.23
RESTORATIONS - RECOATING OF EXISTING
ROOF SYSTEMS : ELASTOMERIC URETHANE
COATING FOR SMOOTH OR MINERAL
SURFACED MODIFIED ROOFS
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
16,200
SF
$ 87,966
Sub Total Prior to Multipliers:
$ 87,966
PWM
Prevailing Wage Multiplier: San Joaquin County,
CA Roofer = $47.36
21.0%
%
$ 18,473
22.46
JOB SITE SPECIFIC MULTIPLIERS APPLIED TO
EACH LINE ITEM ON ASSOCIATE JOB:
MULTIPLIER - ROOF SIZE IS GREATER THAN
10,000 SF, BUT LESS THAN 20,000 SF
Multiplier Applied when Roof Size is Less than
20,000 SF, but Greater than 10,000 SF Fixed
Costs: Equipment, Mobilization, Demobilization,
Disposal, & Set -Up Labor are Not Completely
Absorbed Across Roof Area
15%
%
$ 13,195
TOTAL:
$ 119,634
Hutchins Square Roof Sections D, E, F & G Roof Restoration:
Total Maximum Price of Line Items under the MICPA:
$ 119,634
Proposal Price Based Upon Market Experience:
$ 117,491
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 04 13.
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 the project 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 11 of 2 pages 1 Risk: rev.08.2015
(e) 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.
(f) 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.
(g) 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
(h) 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 (1S) 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.
(i) 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 Risk: rev.08.2015
RESOLUTION NO. 2016-152
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH GARLAND/DBS, INC., OF CLEVELAND, OHIO, FOR
THE HUTCHINS STREET SQUARE ROOF REPAIR PROJECT PHASE 3
WHEREAS, in November 2013, the City requested Garland/DBS, Inc., perform a roof
evaluation of Hutchins Street Square to determine its condition and to provide alternatives for
addressing deficiencies; and
WHEREAS, the City has elected to restore the roofing system at an overall estimated
cost of $350,000, to be performed in phases, with Phase 1 being completed in 2015 and
Phase 2 being completed earlier this year; and
WHEREAS, the restoration material is manufactured by Garland/DBS, Inc., and utilizes
a urethane and polyester compound to provide a protective coating on the existing roof
membrane, providing the City with a 10 -year warranty on the existing roofing system; and
WHEREAS, Garland/DBS, Inc., was the successful bidder for U.S. Communities
Contract No. 10330 for competitively -bid roofing services; and
WHEREAS, to assure the lowest price possible, Garland/DBS, Inc., administered a local
competitive bid process to compare the U.S. Communities contract price with the local bid
environment; and
WHEREAS, 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; 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 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 that the City Council authorize the City Manager to
execute a Professional Services Agreement with Garland/DBS, Inc., of Cleveland, Ohio, for the
Hutchins Street Square Roof Repair Project Phase 3, in the amount of $117,491.
NOW, THEREFORE, BE IT 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 Hutchins Street Square Roof Repair Project Phase 3, in the
amount of $117,491.
Dated: August 17, 2016
I hereby certify that Resolution No. 2016-152 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held August 17, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Nakanishi, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
NIFER. FERRAi L
y Clerk
2016-152
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
Garland/DBS, Inc.
3800 East 91st Street
Cleveland, OH 44105
Attn: Matt Egan
CITY OF LODI
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706 / FAX (209) 333-6710
EMAIL: pwdept@lodi.gov
www.lodi.dov
August 10, 2016
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Public Works Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Professional
Services Agreement with Garland/DBS, Inc., of Cleveland, OH, for Hutchins
Street Square Roof Repair Project Phase 3 ($117,491)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, August 17, 2016. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Lyman Chang at (209) 333-
670
rtes E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk