HomeMy WebLinkAboutAgenda Report - February 20, 2013 I-03AGENDA ITEM :r'o 3
c,CITY OF LODI
a9 sr .PCOUNCIL COMMUNICATION
TM
�/FORS
AGENDA TITLE: Consider Adopting Resolution Rejecting All Bids, Approving Plans and
Specifications and Authorizing Re -Advertisement for Bids for Water Meter
Program Phase 3 Project or Adopting Resolution Authorizing City Manager to
Execute Agreements with the Following Entities for the Water Meter Program
Phase 3 Project and Appropriating Funds ($3,108,760):
A. Knife River Construction, of Stockton, for Construction ($2,842,760)
B. Task Order No. 5 with RMC Water and Environment, of Walnut Creek,
for Engineering Services ($36,000)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing
and Inspection Services ($300,000)
MEETING DATE: February 20, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Consider adopting resolution rejecting all bids, approving plans
and specifications and authorizing re -advertisement for bids for
Water Meter Program Phase 3 or adopting resolution authorizing
City Manager to execute agreements with the following entities for the Water Meter Program Phase 3
Project and appropriating funds in the amount of $3,108,760:
A. Knife River Construction, of Stockton, for construction, in the amount of $2,842,760
B. Task Order No. 5 with RMC Water and Environment, of Walnut Creek, for engineering
services, in the amount of $36,000
C. Neil O. Anderson and Associates, of Lodi, for construction testing and inspection services in
the amount of $300,000
BACKGROUND INFORMATION: At the May 2, 2007 City Council meeting, the Water Meter
Retrofit Policy was adopted. The primary objectives of the Water
Meter Retrofit Policy were to accelerate the installation of
residential water meters and shorten the time period during which customers would be paying for
water on flat rate versus on usage.
A. Construction Contract
At the October 20, 2010 City Council meeting, a seven-year construction phasing was approved�and
the property owner meter payment was capped at $300 per parcel. The project area for Phase 3 is
presented in Attachment A and includes the installation of 1,465 meters and the replacement of
20,230 feet (3.8 miles) of water main.
Plans and specifications for this project were approved on December 5, 2012. The City received the
following six bids for this project on February 7, 2013.
APPROVED:
ftnradt-Bfrtlam, City Manager
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase =Reject PSA.doc
2/14/2013
Consider Adopting Resolution Rejecting All Bids, Approving Plans and Specifications and Authorizing Re -Advertisement for
Bids for Water Meter Program Phase 3 Project or Adopting Resolution Authorizing City Manager to Execute Agreements with
the Following Entities for the Water Meter Program Phase 3 Project and Appropriating Funds ($3,108,760):
A. Knife River Construction, of Stockton, for Construction ($2,842,760)
B. Task Order No. 5 with RMC Water and Environment, of Walnut Creek, for Engineering Services ($36,000)
C. Neil 0. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($300,000)
February 20, 2013
Page 2
Bidder
Location
Bid
Engineer's Estimate
$3,576,060
Knife River Construction
Stockton
$2,842,760
Teichert Construction
Davis
$3,247,951
Vinciguerra Construction
Jackson
$3,407,635
Mozingo Construction
Oakdale
$4,769,280
Preston Pipelines
Milpitas
$3,640,000
Diede Construction
Stockton
$3,674,382
Teichert Construction submitted a formal bid protest regarding the lowest monetary bid, submitted by
Knife River Construction. The formal bid protest is provided in Attachment B. The bid protest cites a
miscalculation of the mobilization cost amounting to $7,855 and failure to provide a required operator
licensing document.
Although the bid deficiencies are minor, staff recommends adopting a resolution rejecting all bids,
approving plans and specifications and authorizing re -advertisement for bids. Staff is confident that
due to the bid differential of $405,191 between the first and second bid amounts, a lower bid than the
second bid ($3,247,951) can be realized by re -bidding the project. The contract documents allow the
City to reject all bids if it chooses. The schedule for re -bidding the project would bring the contract
award action back to the City Council on March 20.
Alternatively, the City Council could adopt a resolution authorizing the City Manager to execute
agreements with Knife River Construction, RMC Water and Environment, and Neil O. Anderson and
Associate as described below.
B. Engineering Services During Construction
Staff recommends RMC Water and Environment (RMC), of Walnut Creek, perform engineering
services during construction. As the design engineer for this project, RMC is ideally suited to perform
these duties. This is Task Order No. 5 (Attachment C) to the Master Professional Services
Agreement and is a time -and -materials contract with a not -to -exceed maximum of $36,000.
C. Construction Testing and Inspection Services
Staff recommends Neil O. Anderson, of Lodi, perform construction testing and inspection services for
this project. Neil O. Anderson will provide two inspectors who will work under the direction and
supervision of the City Construction Project Manager to provide quality control inspection and
documentation of the daily work activities to insure compliance with contract requirements. The
number of inspectors may need to be adjusted dependent on the contractor's work schedule. The
total contract amount is $300,000.
Appropriation
The total project appropriation is $3,708,760 and includes the contracts described above, Public Works
Engineering staff costs and contingency, as summarized below. The requested appropriation is
$3,108,760 due to an existing $600,000 appropriation in the budget for this project. A portion of the
contingency funds will be used to expand asphalt replacement areas based upon experience from the
first two phases of the water meter program.
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 3\CReject PSA.doc 2/14/2013
Consider Adopting Resolution Rejecting All Bids, Approving Plans and Specifications and Authorizing Re -Advertisement for
Bids for Water Meter Program Phase 3 Project or Adopting Resolution Authorizing City Manager to Execute Agreements with
the Following Entities for the Water Meter Program Phase 3 Project and Appropriating Funds ($3,108,760):
A. Knife River Construction, of Stockton, for Construction ($2,842,760)
B. Task Order No. 5 with RMC Water and Environment, of Walnut Creek, for Engineering Services ($36,000)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($300,000)
February 20, 2013
Page 3
Budget Item
Amount
Construction Contract
$2,842,760
National Meter Purchase
$300,000
RMC Construction Management
$36,000
Public Works Engineering
$30,000
Total
$3,208,760
Project Contingency
$500,000
Project Total Budget
$3,708,760
FISCAL IMPACT: Water main leak and service repairs will be reduced. No additional
costs will be incurred for reading of the meters as they are automatically
read concurrent with the reading of the electric meters.
FUNDING AVAILABLE: Requested Appropriation:
Water Capital Fund (181): $3,108,760
---
Jor'd'an Ayers
Deputy City Manager/Internal Services Director
F. Wally S delin
Public Wor s Director
FWS/GW/prof
Attachments
cc: Larry Parlin, Deputy Public Works Director
Gary Wiman, Construction Project Manager
Tony Valdivia, RMC Water and Environment
Neil O. Anderson and Associates
K:\WP\PROJECTS\WATERkMeters\Water Meter Program Phase =Reject PSA.doc 2/14/2013
Liter Prc
A.
..
'IEICHERr . _. .. .A IL are~ lea
February 12, 2013
VIA E -Mail, Fax and Mail
Gary Wiman
Project Manager
City of Lodi — Public Works
221 W. Pine Street
Lodi, CA 95240
Rand! Johl
City Clerk
310 W. Elm Street
Lodi, CA 95241
Re: Water Meter Program Phase 3
Bids Opened: February 7, 2013
Bid Protest of DSS Company dba Knife River Construction Bid
Dear Gary Wiman:
Attachment B
Lincoln District
4401 Duluth Avo.
Rocklin, CA 95765
P.O. Box 700
Uncoln; CA 95640-0700
(916) 645-4800 • FAX (916) 645-4801
Telchert Construction ("Teichert"), the second lowest monetary bidder- forth e above
referenced project, hereby protests the bid of the lowest monetary bidder, DSS Company dba
with the mandatory requirements for submitting a bid. The serious defects in KRC's bid are not
the sort of minor irregularities that may be waived by the City of Lodi. Therefore, KRC's bid
must be rejected as non-responsive, and Teichert is the lowest responsive and responsible
bidder eligible for award. -
Specification Section 2, Instructions to Bidders, for the above referenced project states as
follows:
Proposals may be refected if they show any alteration of form;
additions not called for, conditional bids, incomplete bids, erasures,
or irregularities of any kind. (Emphasis added.)
PHntgd on recycled paper, State of Calitornld:Contract0r's License No, 8
1
Specification Section 2 further provides:
Award or Rejection of Bids: The contract, if awarded, will be
awarded to the lowest responsive responsible bidder based on the
lowest total base bid received and in compliance with these
instructions and the advertised Notice Inviting Bids ... (Emphasis
added.)
KRC failed to comply with these requirements in at least two ways.:
r
KRC'.s Bid is Non -Responsive, Since KRC Failed to Comply with Bidding Requirements
Concerning Di Operator Licensing.
Specification Section 02510, 3.3-M-1(Page 02510-8) contains the following requirement: "the
Contractor shall have a California Department of Public Health Licensed D1 Drinking Water
Distribution•System Operator present at the work site. Documentation of proper operator
licensing Shall be Provided in tie Loat%ctors.bldRack a and shall be maintained on the job
site at all times. . ." (Emphasis added.)
KRC failed to comply with this requirement. The specifications specifically required KRC to
include the documentation for D1 operator licensing in its bid package. KRC did not submit its
D1 licensing. As a result, KRC's bid is incomplete, and must be rejected as being non-
responsive.
KRC's Bid is Non -Responsive, Since KRC Failed to Submit a Valid Bid Price for Bid Item No. 46.
Specification Section 3 - Bid Forms (page 3-2), Bid Item No. 46, contains the following
requirement: "Mobilization/Demobilization (Mobilization: Max 2.5% of total contract,
nd2Mnhili7=t1nn• Min JdA of tntai rnntmr+l.
In addition, Specification Section 01015, 1.6-D (Page 01015-15f provides as follows:
Bid Item No. 46 —Mobil [ution/Demobilization
Payment shall be made at the lump sum bid price named for Bid Item
No. 46 and shall include all work associated with mobilization and
demobilization. Mobilization shall be no greater than 2.5% of the
total bid price and demobilization shall be no less than 2% of the total
bid, price. (Emphasis added.)
KRC failed to comply with each of the above requirements. KRC's total bid price is
$2,842,760.10. Thus, the minimum 2% (required for Bid Item No. 46) of its total bid price is
$56,855. KRC submitted $49,000 as its price for Bid Item No. 46. $49,000 is only 1.7% of KRC's
total bid price,- and is less than the minimum 2% required by the bid form and specifications. As
a result, KRC's bid is incomplete and irregular, and should be rejected as non-responsive.
t
2
KRC's Failures To Comply with Bidding Requirements Are Not Defects That Can Be Waived
California public policy strongly favors vigorous protection of the integrity of the public bidding
process. In Konica Business Machines U.S.A., Inc. v. Regents of University of California, 206
Cal.App.3d 449, 456-457 (1988), the Court of Appeals commented on the importance of strictly
following'the rules of the competitive bidding process, in spite of missed cost advantages for
the taxpayers, even where actuaffavoritism, fraud, or corruption may not be present:
"Because of the potential for abuse arising from deviations from strict
adherence to standards which promote these public benefits, the
letting of public contracts universally receives close judicial scrutiny
and contracts awarded without strict compliance with bidding
requirements will be set aside. This preventative approach is applied
mon when it is certain there was in bct no corruption or adveLse
effect u on the bidgling process and the deviations would save the
entity money. [Citations omitted.] The importance of maintaining
integrity in government and the ease with which policy goals
underlying the requirement for open competitive bidding may be
surreptitiously undercut, mandate strict compliance with bidd_'ing
requirements." [Citation omitted.] (Emphasis added:)
Under very limited circumstances, California law does permit an awarding authority to waive a
so-called "minor irregularity" in a bid. However, the defects identified above cannot be fairly
characterized as "minor irregularities" and, as a matter of law, cannot be waived by the City.
California law is very clear that a minor irregularity can be waived only "if the variance cannot
have affected the amount of the bid or given the bidder an advantage or benefit not allowed
other bidders..." Konica Business Machines U.S.A., Inc. v. Regents of University of California,
The defects in KRC's bid are not the type of bid defects that can be waived by the City. First, if
KRC were to contend that it made a mistake in filling out its bid forms by failing to properly fill
out or submit its bid package, KRC would have an unfair advantage because each of those
defects in its bid constitutes a "mistake" within the meaning of California Public Contract Code
section 5100 et seq. Under Public Contract Code section 5103, a bidder can obtain relief from
its bid if "[a] mistake was made," the mistake made the bid "materially different than he or she
intended it to be," and the mistake "was made in filling out the bid and not due to error in
judgment or carelessness in inspecting the site of the work, or in reading the plans and
specifications." As detailed above, KRC could argue it made a mistake regarding Bid Item No. 46
and D1 operator licensing documentation in submitting its bid for the City's project. These
mistakes gave KRC an option not available to other bidders, i.e., an option to either seek award
at its apparent bid price or to withdraw its bid on the grounds of mistake.
The Court of Appeals' decision in Valley Crest Landscape v. City of Davis, 41 Cal.App.4th 1432
(1996) is directly on point with respect to this issue. In Valley Crest, the bidder's mistake was in
3
%."
stating the percentages of work to be performed by its listed subcontracts. The Valley Crest
court held:
Misstating the correct percentage of work to be done by a
subcontractor is in the nature of a typographical error. It makes the
bid materially different and is a mistake in filling out the bid. As such,
udder Public Contract Code section 5103, [the low bidder] could have
sought relief -by giving the- County notice of the mistake within five
days of the opening of the bid. That [the low bidder] did not seek
such -relief is of no moment. The key point is that such relief was
available. Thus, [the low bidder] had a benefit not available to the
other bidders; it could have backed out. Its.mistake, therefore, could
not be corrected by waiving an 'irregularity.' !d. at 1442. (Emphasis
added.)
KRC may argue•that the holding in Valley Crest is inapplicable because KRC has not actually
submitted a claim of mistake to the City. However, as stated by the Court of Appeal, above, the
rule requiring rejection applies whether or not the bidder has, in fact, claimed mistake and
sought relief. Rather, "the key point is that such relief was available," which provided KRC with
"a benefit not available to the other bidders ..." in other words, what really matters is that KRC
"could have backed out." Since KRC could have backed out, "[i]ts mistake ... could not be
corrected by waiving an 'irregularity."'
To summarize, KRC submitted an incomplete and irregular bid; when first, it failed to submit
the required D1 operator licensing documentation with its bid package, and secondly, it failed
to provide a valid price for bid item no. 46,.
respectfully requests that the City reject KRC's bid as non-responsive and award the contract to
Teichert as the lowest responsive and responsible bidder.
Sincerely,
CU.'e'L A�_,
Eric Stannard
Estimating Manager
eb
Enclosures
cc: Gary Johns (via e-mail)
Jason Theriault (via e-mail)
4
Attachment C
DRAFT
City of Lodi Water Meter Program
Task Order No. 5
Phase 3 Engineering Services During Construction
Exhibit A - Detailed Scope of Work
The City of Lodi (City) Water Meter Program (WMP) Phase 3 Meter Installation and Main Replacement
Project consists of the construction/Installation of the following:
• Approximately 20,010 lineal feet of water main to replace existing, undersized mains located in
backyard easements.
• Approximately 1,465 residential water meters and related water service improvements.
This Scope of Work (SOW) for engineering services during construction (ESRC) associated with the City's
WMP Phase 3 project Includes three tasks described below for the various work components and the
responsible person(s), the applicable work phase and duration for the task, the dellverables, and
assumptions used In developing the scope of work and associated level of effort included in the budget.
The performance of this SOW by Consultant is for the sole benefit of the City and shall not be relied
upon or used by any third party withoutthe express written consent of the City and Consultant.
Basis for Scope and Fee: The basis for the scope and level of effort shown in the budget Is a
construction contract duration of 210 calendar days (approximately 147 working days or 30 weeks),
extending from March 2013 to October 2013. The scope and fee reflect limited site visits to attend
progress meetings at the City's request and periodic Inspection of the contractor's performance. RMC
will perform work only as requested by the City's Construction Manager (CM).
Task i — Engineering Services During Construction (ESDC)
Purpose: The Consultant shall provide engineering services during construction to review and respond to
contractor submittals and City requested design related concerns, prepare record drawings, and to
provide overall technical support to the City. The ESDC effort will be led by Jen Glynn (Project Engineer)
and supported by the WMP Phase 3 design team of Mike Matson (Senior Reviewer), Tom Dugan and
Victor Alaniz (CAD Production).
Phase/Duration: Entire Contract Period; March - October 2013
Task 1.1— Submittal Review
As requested by the City's CM, Consultant will review and process contractor submittals for
compliance with the Contract Documents. Consultant will prepare written submittal review
commenjs for each submittal and determine appropriate submittal action by the contractor.
Assumptions:
• The level of effort Is limited to the budgeted hours. It Is estimated that up to 10
submittals would be reviewed by Consultant.
Dellverables:
• Written submittal review comments and action recommendation (e.g. Make Corrections
Noted) on City standard form.
Phase 3 Engineering Services During Construction 1 DRAB
Scope of Work January 18, 2013
City of Lodi
Water Meter Program Task Order No. 5
Task 1.2 — Clarifications and RFI Responses
Consultant will provide technical responses to contractor requests for information (RFIs), and
prepare written Contract Document Clarifications (CDCs) to clarify requirements of the work,
and provide technical support to resolve field issues and conflicts. Consultant will respond to
RFls and clarification requests as needed or as directed by the City. Consultant may conduct site
visits to gain an understanding of field issues if required.
Assumptions:
• The level of effort is limited to the budgeted hours.
• Up to 20 RFIs have been assumed in establishing budgeted hours
• Consultant will make up to 2 site visits to investigate field conditions
Deliverables:
• Written CDCs and RFI responses using standard RMC forms
Task 1.3 — Record Drawings
Consultant will prepare record drawings from the contractor's complete as -built WMP Phase 3
drawings.
Assumptions:
• The City will be responsible for reviewing the Contractor's as -built drawings monthly
and preparing comments to the Contractors submitted as -built drawings.
• Contractor as -built markups will be of sufficient content and quality for implementing
into design CAD files
Deliverables:
• Hard Copy: One (1) full size vellum set of drawings
• Electronic: One PDF file set of drawings and the specifications, and one set of AutoCAD
files
Task 2 — Field Documentation Support (Optional)
Purpose: The Consultant will setup an MS Access database based on feedback from the City that would
allow the City to record and track identified Phase 3 construction activities. The Phase 3 field database
would be used by the City's CM to confirm monthly bid item pay quantities and become an asset
management tool for the City for meter and mainline installation dates and records, existing service line
and mainline conditions (e.g. material transition locations); linked GPS photos of valve locations and
other information. Database development and support would be led by Tom Dugan.
Phase/Duration: Entire Contract Period; March - November 2013
Task 2.1 — Field Construction Database Development and Support
The Phase 3 field construction database will be developed from the 2010 field reconnaissance MS
Access database and cross referenced to the APN and Address information shown on the Phase 3 plans.
The Consultant will outline the contents of the Phase 3 construction database based on previous
construction phases and present the outline to the City for comment. The Consultant will incorporate
City comments and provide the City a final working copy for use by the City during Phase 3 Construction.
The City will be responsible for data entry into the field construction database; the Consultant will
provide database and troubleshooting support during the construction duration.
Phase 3 Engineering Services During Construction 2 DRAFT
Scope of Work January 18, 2013
City of Lodi
Water Meter Program Task Order No. 5
Assumptions:
• The City will provide comments to the P3 field construction database within a week of the
consultant presenting the database outline.
• The City will be responsible for comparing the P3 field construction database APN and service
address to the City managed customer database and making any necessary adjustments to the
Phase 3 field construction database.
• Consultant will not be responsible for database coordination with National Meter.
Task 3: Project Management
Purpose: The Consultant will perform project management activities, including preparing monthly
invoices and Task Order progress reports, coordinating with and reporting to City staff on project
progress against the scope, budget and schedule; and managing subconsultant activities and progress.
The Consultant shall also implement a quality assurance program for the project and conduct quality
control reviews on work products.
Assumptions:
• Management activities over a 7 month construction duration
Deliverables:
• Monthly invoices and progress reports
Phase 3 Engineering Services During Construction
Scope of Work
DRAFT
January 18, 2013
City of Lodi
Water Meter Program Task Order No. 5
RMC WATER AND ENVIRONMENT CITY OF LODI
Michael H. Matson, Sr. Vice President Signature
Date
Printed Name
Title
Date
ATTEST:
RANDI JOHL
City Clerk
APPROVED AS TO FORM:
D. STEPHEN SCHW ER
City Attorney.:.
Phase 3 Engineering Services During Construction 4 DRAFT
Scope of Work January 18, 2013
RMC
'Na'er 3ntl t i, on n t
City of Lodi - Water Meter Program Phase 3
Engineering Services During Construction
Fee Estimate
1The bpWitlrul hourly raYYa b W`W affiry. overhead a Profit
2 SubcorwRards v be by al edam cost ph 1p .
3 NNW
Rd tl'xe t cote ( W) �as reproduction. CNirery. rrMea9e (rales wi be (hose alovetl by ranerd IRS Yuke6�aa). and bevel evpenac. xiY be bikE al xAual mY pN» 1 Vb
a RMC reaMVe6 Ya! gb atlJuY Ys hourly rale Wuqure and ODC rreMUP al Yie DepiniaiY oltlre dander Year br aY ongo4g wr0acic
DRAFT
11152013
CITY OF LODI
Water Meter Program Phase 3 Contract
CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred
to as the "City," and KNIFE RIVER CONSTRUCTION, herein referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Water Meter Program Phase 3 Meter Installation and Main Replacement Contract
consists of the following documents which are incorporated herein by this reference, to -wit:
Notice Inviting Bids
Instruction to Bidders
Bid Forms
Contract
Contract Bonds
General Conditions
General Requirements (Division 1)
Technical Specifications (Division 2)
Plans
Addenda
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with
the City, at Contractor's cost and expense, to do all the work and furnish all the materials except
such as are mentioned in the specifications to be furnished by the City, necessary to construct
and complete in a good workmanlike and substantial manner and to the satisfaction of the City
the proposed improvements as shown and described in the Contract Documents which are
hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractor to provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts
to pay the same as set forth Clauses 65 and 66 of the General Conditions, in the manner and
upon the conditions above set forth; and the said parties for themselves, their heirs, executors,
administrators, successors and assigns, do hereby agree to the full performance of the
covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing
City of Lodi (Revised 12/20/12) Contract
CITY OF LODI
Water Meter Program Phase 3 Contract
wage rate and other employer payments for health and welfare, pension, vacation, travel time,
and subsistence . pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirements is on the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced
in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or
from the action of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by the City, and for
all risks of every description connected with the work; also for all expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the Plans and Contract
Documents and the requirements of the Engineer under them, to -wit:
Perform the work necessary to construct approximately 19,220 lineal feet of 8 -inch and 790
linear feet of 6 -inch replacement water main and approximately 1,465 water meter assemblies
including construction of all or portions of services, and other incidental and related work, in
accordance with Plans and Specifications for Water Meter Program Phase 3 — Meter Installation
and Main Replacement.
BID ITEMS
City of Lodi (Revised 12/20/12) Contract 2
Item
Qty
Unit
Unit Cost
Total Cost
Item
Water Main Installation
1
Construction Notifications
1
LS
$5,200.00
$5,200.00
2
Excavation Safety
1
LS
$11,000.00
$11,000.00
3
Storm Water Pollution Prevention Plan, and
Construction Site Monitoring and Reporting
Plan
1
LS
$17,000.00
$17,000.00
4
Traffic Control
1
LS
$17,000.00
$17,000.00
5
Potholing
1
LS
$26,000.00
$26,000.00
6
Install 8" Water Main
19,220
LF
$44.50
$855,290.00
7
Install 6" Water Main
790
LF
$44.00
$34,760.00.
8
Install 4" Water Main
245
LF
$50.00
$12,250.00
9
Install 8" Ductile Iron Water Main
200
LF
$54.00
$10,800.00
10
Install 6" Ductile Iron Water Main
100
LF
$48.00
$4,800.00
11
Install 8" Water Valve
40
EA
$1,350.00
$54,000.00
12
Install 6" Water Valve
50
EA
$1,050.00
$52,500.00
13
Install 4" Water Valve
1
EA
$1.000.00
$1,000.00 .
14
14" X 8" Hot Tap Connection
1
EA
$2,400.00
$2,400.00
15
10" X 8" Hot Tap Connection
3
EA
$2,100.00
$6,300.00
16
8" X 8" Hot Tap Connection
1
EA
$-2-10-0- 0-0 0-
-$2-,0- 0- 0.00
17
8" X 6" Hot Tap Connection
1
EA
$1,800.00
$1,800.00
18
8" X 4"Hot Tap Connection
1
EA
$1,700.00
$11700.00
19
6" X 6" Hot T6p Connection
12
EA
$2,100.00
$25,200.00
20
Connect New Main to Existing Main, Cut -In
27
EA
$2,300.00
$62,100.00
21
Cap and Abandon Existing Main Cut -In
50
EA
$550.00
$27,500.00
22
Remove and Dispose of Asbestos Cement
Pie
100
LF
$150.00
$15,000.00
23
Install Fire Hydrant Assembly
8
EA
$4,000.00
$32,000.00
24
Reset Existing Fire Hydrant Assembly
8 1
EA
$2,500.00
$20,000.00
City of Lodi (Revised 12/20/12) Contract 2
CITY OF LODI
Water Meter Proqram Phase 3 Contract
Item
Qty_Unit
Unit Cost
Total Cost
25 Install Blowoff
4
EA
$1,800.00
$7 200.00
26 Remove and Reconstruct Asphalt Concrete
Pavement on Elm Street
17,400
SF
$3.20
$55,680.00
27 Replace Additional Asphalt Concrete
Pavement
30,000
SF
$2.75
$82,500.00
'�i ��:%'� .�. :'�.. ���� a,. • fix. �'�n'r��r.�-..I
�':
rd
�i - -
28 Install Class A Meter Service
323
EA
$70.00
$22,610.00
29 Install Class B Meter Service
61
EA
$230.00
$14 030.00
30 Install Class C Meter Service
343 1
EA
$640.00
$219,520.00 .
31 Install Class D Meter Service
270
EA
$660.00
$178,200.00
32 Install Class E Meter Service
468
EA
$1,640.00
$767,520.00
33 Install Large Water Meter— Class B, C and D
Add On
1
EA
$475.00
$475.00
34 Install Large Water Service and Meter —
Class E
2
EA
$2,350.00
$4,700.00
35 Replace Angle Meter Stop Valves
100
EA
$120.00
$12,000.00.
36 Excavate Existing Corporation Stop and
Isolate Service
30
EA
$550.00
$16,500.00
37 Upgrade to Traffic Rated Water Meter Box
30
EA
$70.00
$2,100.00.
38 Install Additional 1 -inch Service Line
1,000
LF
$14.00
$14,000.00
39 Install 1.5 -inch Service Line
500
LF
$14.50
$7,250.00
40 Install 2 -inch Service Line
500
LF
$15.00
$7,500.00
41 Install Additional 1 -inch Water Service Tap
5
EA
530.00
$2,650.00
42 Install Additional 1.5 -inch Water Service Tap
5
EA
$690.00
$3,450.00
43 Install Additional 2 -inch Water Service Tap
5
EA
$775.00
$3,875.00
44 Abandon Additional Existing Service
5
1 EA
$290.00
$1,450.00
45 Construct Concrete Surface Restoration
4,500
SF
$7.50
$33 750.00
46 Mobilization / Demobilization (Mobilization:
Max 2.5% of total contract, Demobilization:
Min 2% of total contract)
1
LS
$49,000.00
$49,000.00
47 Export/import Fill Material
100
CY
$42.00
$4,200.00
48 All Other Items
1
LS
$351000.00
$35,000.00
ARTICLE V - By, my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance of
the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Technical Specifications. All
labor or materials not mentioned specifically as being done by the City will be supplied by the
Contractor to accomplish the work as outlined in the specifications.
City of Lodi (Revised 12/20/12) Contract 3
CITY OF LODI
Water Meter Program Phase 3 Contract
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract on the date
stipulated in the Notice to Proceed and to diligently prosecute to completion within 210
CALENDAR DAYS.
This Agreement provides for liquidated damages in the amount of $5,000 per day for each day
the work is not completed by the Contractor beyond the time specified in this Article.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH ABOVE. CONTRACTOR
AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE
CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Konradt Bartlam
City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
City Clerk
Approved As To Form
D. Stephen Schwabauer
City Attorney (6��
City of Lodi (Revised 12/20/12) Contract 4
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2013, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and NEIL O. ANDERSON AND
ASSOCIATES (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 field inspectors,
technical support and special inspection services for the Water Meter Program Phase 3
Meter Installation and Main Replacement Project (hereinafter "Project") as set forth in
the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it
is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
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 March 1, 2013 and terminates upon
the completion of the Scope of Services or on December 31, 2013, whichever occurs
first.
i'-
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. Time and materials not to exceed $300,000.
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), 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 of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
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: Wally Sandelin, Public Works Director
To CONTRACTOR: Neil O. Anderson and Associates
902 Industrial Way
Lodi, CA 95240
Attn: Larry Matthews, Prinicpal
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
0
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.
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.
51
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.
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 apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDIJOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: NEIL O. ANDERSON & ASSOCIATES
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
M
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
FUNDING SOURCE: 181466.1825.2150
Doc ID:
CA.rev.01.2011
8
By: _
Name:
Title:
EXHIBIT
Water Meter Program Phase 3 Meter Installation and Main Replacement Project
Neil O. Anderson and Associates
Scone of Services
Provide two (2) fulltime inspectors to assist and report to the Construction Project Manager for the Water
Meter Program Phase 3 Meter Installation and Main Replacement Project.
Inspectors shall be approved by the City and are expected to have prior experience in public works
construction, engineering, surveying, or a related field. Inspectors shall not be changed except as
requested or approved by the City.
Duties Include:
1. Inspect and monitor public works construction and maintenance projects for conformance to
codes, standards, specifications, and regulations. Reviews plans, conducts tests, and conducts
field inspection.
2. Prepares and keeps up-to-date daily job status reports.
3. Confers with the Construction Manager on plans and specifications; discusses plans and field
work with engineering technicians and field crews.
4. Confers with contractors, supervisors, foreman, workmen, and other private sector individuals.
5. Uses and calibrates the nuclear compaction gauge.
6. Other project related duties as requested by the City.
Knowledge of -
1.
£
1. Construction materials, methods, equipment and techniques for basis public works projects.
Specifically water utilities.
2. Basic construction materials testing methods and procedures.
3. Basic math.
4. Principles of construction administrations.
Ability to:
1. Learn the principles, practices, and techniques of advanced public works inspection.
2. Read and interpret public works and architectural construction plans and specifications.
3. Inspect basic public works and related construction projects to determine compliance with
approved plans and specifications.
4. Interpret City/State laws, rules, and regulations.
5. Maintain records and prepare accurate written reports.
6. Establish and maintain cooperative working relationships with the public, contractors, and city
employees.
2/5/2013
January 10, 2013
Mr. Gary Wiman
City of Lodi
221 W. Pine Street
Lodi CA 95240
NEIL O. ANDERSON
AN D ASSOCIATES
Subject: Proposal for Testing & Observation Services
City of Lodi Water Meter Program Phase 3
Various Location — Lodi, California
EXHIBIT B
GEOTECHNICAL ENGINEERING
TESTING AND INSPECTION SERVICES
CERTIFIED LABORATORIES
ENVIRONMENTAL SERVICES
FOUNDATION ENGINEERING
AQUATIC DESIGN AND ENGINEERING
RENEWABLE ENERGY RESOURCES
Proposal No.: 5281
Dear Mr. Wiman:
Thank you for the opportunity to submit the following rates to provide construction observation and
testing services for the subject project.
Additional services requested beyond what is specifically outlined will be billed per our attached
standard fee schedule.
Time will be charged in 2, 4, 6 and 8 hour increments with a 2 hour minimum for field inspections and
observation and shall be billed from portal to portal. Weekends and holidays will be charged in 4 and 8
hour increments.
We can begin services upon receipt of a purchase order or signature on our standard agreement.
If you have questions, please call me at (209) 367-3701 or a -mail larry.mathewspnoanderson.com.
Troy and I would be happy to meet at your convenience.
Sincerely,
Larry Mathews, Principal
Marketing Director
cc: Troy Schiess
Lodi Sacramento • Concord
Phone: 209.367.3701 • Fax: 209.333.8303 • www.noanderson com
902 Industrial Way. Lodi, CA 95240
0�d
EXHIBIT B
,44NEILO. ANDERSON
A N D ASSOC IATES
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Project Name: City of Lodi Water Meter Program - Phase 3 Construction T&I
Pronosai Number: 5281
Service
Rate
Soils/AC
Engineering Site Obs
$170.00
/hour
AC/Soil Inspector w/ Nuc Gauge
$ 86.00
/hour
Proctor Mod Effort 4 in D1557
$ 200.00
/each
Proctor Mod Effort 6 in D1557
$ 220.00
/each
CTM301 R Value
$ 285.00
/each
CTM206/C127 Sp Gry/AbsCrs Agg
$140.00
/each
CTM309 Max Theo SpG w/ Dry Bck
$165.00
/each
CTM382 Ignition Furnace Asphalt Content
$160.00
/each
CTM 382 Ignition Furnace Calibration (1 per new source)
$ 400.00
/each
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925,609.6324 -4-0(—r
'�- cvr-7/0
January 10, 2013
Mr. Gary Wiman
City of Lodi
221 W. Pine Street
Lodi CA 95240
NEIL O. ANDERSON
AN D ASSOCIATES
Subject: Proposal for Testing & Observation Services
City of Lodi Water — Public Works Contract Inspection
Various Location — Lodi, California
EXHIBIT B
GEOTECHNICAL ENGINEERING
TESTING AND INSPECTION SERVICES
CERTIFIED LABORATORIES
ENVIRONMENTAL SERVICES
FOUNDATION ENGINEERING
AQUATIC DESIGN AND ENGINEERING
RENEWABLE ENERGY RESOURCES
Proposal No.: 5282
Dear Mr. Wiman:
Thank you for the opportunity to submit the following rates and resumes to provide contract inspection
services for the subject project.
Additional services requested beyond what is specifically outlined will be billed per our attached
standard fee schedule.
Time will be billed from portal to portal. Weekends and holidays will be charged in 4 and 8 hour
increments.
We can begin services upon receipt of a purchase order or signature on our standard agreement.
If you have questions, please call me at (209) 367-3701 or a -mail larry mathews(anoanderson.com.
Troy and I would be happy to meet at your convenience.
Sincerely,
Larry Mathews, Principal
Marketing Director
cc: Troy Schiess
Lodi Sacramento • Concord
Phone: 209.367.3701 • Fax: 209.333.8303 - wwrIoanderso
902 Industrial Way, Lodi, CA 95240
'� or /o
,A4 NEIL O. ANDERSON
AN D ASSOCIATES
I GEOTECHNICAL
ENVIRONMENTAL
i
INSPECTIONS I TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Project Name: City of Lodi - Public Works Contract Inspection
npv%�ftl Niimhor. 100St7
*Overtime & double time will be billed per California labor law.
902 Industrial way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
EXHIBIT B
Rate
Lead . Project Inspector - Regular Time - 8 hour shift
$
751.20
/shift
Lead Project Inspector - Time & 1/2 add:
$
123.90
/hour
!read. Project Inspector - Double Time add:
$
153.90
/hour
Construction Project Inspector - Regular Time - 8 hour shift
$
724.00
/shift
Construction Project Inspector - Time & 1/2 add:
$
120.50
/hour
Construction Proect I . - F)bie:Ti1I add:
150.50
hour
*Overtime & double time will be billed per California labor law.
902 Industrial way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
EXHIBIT B
NEIL O. ANDERSON
AND AS SOCIATES
2013 SCHEDULE OF FEES
(FOR CUSTOMER REF ONLY)
EXHIBIT B
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
ENGIN1EERING SERVICES
Senior Ptlnci i En [neer
195.001 r
Prindpal Emineer/Geologlist
175.00 r
Senlor Engineer I Geolo ist I Scientist
160.001hr
Pro ect En ineer I GeokgW Scientist
150.00 hr
Staff En lneer Geologist Scientist
—130.Wlhr
Expert Consulting
230.00 hr
Expert T mon
460.00 r
As alk Concrete Consult[
145.00 hr
1XInspector ngMasonry, GDnaete, ctural Steel, Post Tension,
Fid; roafln .
82.001hr
Sails In sector with Nuclear Gauge
86.00/hr
Certified Field/Shop Welding Inspector AWS/CWI
95.00 r
DSA Mason .Y Inspector
95.00/hr
G4D Designer
95.001hr
CAD Drafter
80.00 r
.Accountant
95.004r
Administrative Assistant
60.04 hr
E.XKORATION
Geoftsicall..
Selsmlc Refraction ID -3D, Seismic Source DAQllnk III+ 24 Channel Aaqulsidon System,. 2
man crew
275.001h
Multi -Channel Analysis of Surface Waves ID -3D, Seismic Source DAQlink III, 24 Channel
Acquisition System, 2 man crew
275,00 hr
Ground Penetrating Radar, special antennas may warrant additional charge
225.00 hr
In-situ Sol] ResistivU Tesbn Mini -res tester
170.001hr
Post Processing and AnalysLs
160.001hr
In :
n and Sam fin AMS and Simco tra s 2 crew
I
243.00 rn
and Sampling Simco 2400 Mobile M OR rig, Minute Man, 2 person crew
225.00 hr
Drilling and Sampling CME75 Auger
283.00 r
DrUng and Sampling (CM l75 Mud Rotary vv desan er
325.00/he
Drilling and Sampling CME75 Rock Cori
Reguest Quote
Boreho a Groutin
283.00 r
Hand -Auger Soil Sample (1 -person Crew
140.00 hr
Corin E ui ment plus Operator, quote will be given upon request for second operator)
145.00 h
Coring Trailer includes operator)
165.00/hr
Bit Char es er 6" max core length, 4" max core dlarnety
34.00.ea
SuggZTnick not Includina milea a 500 gallon water tanit
450•
2"x6" Stainless -Steel Tubes and Caps, recVrIed
10.00 eac
Permittina Fees
Cost +70%
Bailers (disposable)
10.00 ea
Sam ii 5 fes loves water roe etc.
25. a
Photo-lonization Detector PIP
125 00 a
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50. Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 1/1/2013 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
af/ o
EXHIBIT B
GEOTECHNICAL
NEIL O. ANDERSON ENVIRONMENTAL
AND",44 AS SOCIATES INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
(Nater Level Indicator
30.00/da
h ConductlyltffTemp Meter
50.00 + a
Cilissolyed gMen Meter
50.00 da
Steam Cleaner
100.001day
Cement Pump and Mixer
100.00/
Drums
75.00 ea
Supplies
Cost + 20,110
Laborato Anal sis
Cast + 20%
GEOTECHNICAL SOILS AND AGGREGATES
LADORA Tf7RY
AGGREGATES
SdajUrn or Magnesium Sulphate Soundness ASTM C88
Fine or Coarse5. " r sieve size
350.00/ea
Injurious Organic Matter fine aggregate) ASTM C40
75.00 ea
Un t We ht (aqriregaM ASTM C29
80.00 ea
Sand E lvalent Test CTM 217
155.00 ea
Spedffc MaW. Fine ASTM C129 and Coarse ASTM 01277
80.00 ea
AbsorpUbn Test Fine or Coarse
70.00/ea
Spettit Graytty, Rne C128
140,00 ea
SegSlftc GraM, Coarse C127
140.00.ea
Las Angeles Rattler Test 500 revolutions ASTM 0131
675.00 ea
Cleanness.Value Coarse Agorwate CTM 227
200.0E ea
&#nM1naLax., fine Aggregate CTM 229 and Coarse Ngregate CTM 229
16500 ea
Peroent Crushed Particles C142
165.00 ea
Cal Trans Class II Aggregate Base Conformance Test R -Value, Gradation, SE, Durability
695.00 ea
SOMV
Atterbern Limit CTf4204 125 D4318
125.00 ea
Permeabili Falli Head
280.00/ea
cMc Gravity determination ASTM D854
80.00 ea
SDecffic Gra)k Coarse Agg C127
140.00 ea
5 flc Gravity Flne Agg C128
140.001.0a
Combined Grading warse Mine) CTM ASTM 0136 242
140.00 ea
Grath Ana sls fine with wash ASTM 0136
115.00 ea
Grading Ana sty %, minus #200 ASTM 0112
80.00'ea
Hydrometer Analysis ASTM D422
230.00/0
4gWm1►Av& l) Dens/ O timum No/sture ContentD 111na90n
4" mold AASHTO 1199 ASTM D698
220.00 ea
6' mold AASH TO T99 ASTM D698
230.00 ea
4" mold AASFiTO TIS. ASTM D1557
220.00 ea
V' mold AASHTO T180 ASTM D1557
230.00 ea
California Wto Wet CTM 216
230•
CTM 301 R -Value llribwted Samples)
•.. ea
Cement Stabliixed Samples CTM 301
325.00 ea
Lime -Stabilized Samples CTM 301
325,0E ea
H Test
125.00 ea
pK-Ume Determination Test
175.0,0/ea
PiesistNty and pH Test CTM 643
485.04 ea
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 1/1/2013 5051 Commercial Cir, Unit 8, Concord CA 94520 P:925.609.7224 F:925.609.6324
6 0ij-'/0
EXHIBIT B
GEOTECHNICAL
NEIL O. ANDERSON ENVIRONMENTAL
'-44 AN D ASSOCIATES INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Swelf Test (Expansion Index UBC 18-2
230.00 ea
Compressive Strength of Lime -Treated Specimens CTM 373 Compressive Strength of
Cement Treated 5 Limens ASTM D1632 and ASTM D1633
Perwrit Lime Design, based on compressive strength [Indudes R -value, pH Lime
Determination and Unconfined Compressive Strew
300.00 ea
1200.00 ea
Unconflned Compression Test
120.00]ea
DirectS?Wr Teat.,
Unoonsoll — Undrained
140.00 oint
Consolidate — Undralned
165.00] int
Consolidated — Drained
185.00/point
7hiWamormft Tag
Unconsolidated Undrained Triax D2850
185.00/point
Conso idated Undralned Triax D4767
Reguest Quote
ConsolOated — Drained
Request Quote
Consolidated — Undralned with Pore Pressure Measurements
Request Quote,
ansoftew
Swell Only
200.00 iE2
Consolidation without Time Rate
340.00 ea
Cons Illation with Tlme Rate eryaad increment (iiddtdonal cha a
120.E
ASPHALT CONCRETE
:gate of iia AspW COWW+e Nk
C`rM 202 Sieve Course Agg
60.00/ea
CTM 202 Sieve Hne
85.00 ea
CTM 242 Sieve a AC
110.00 ea
CTM 204 PlastidLy Index
125.00 ea
CTM 205 Determining % Crush Particles
200• ea
CTM 206 Bulk S G & Absor Coarse 8M
70,00 ea
CTM 207 Bulk S G (SDD) Fine Agg.
90.00/ea
CTM 21.1 LA Rattler
Request Quote
CTM 214/C88 Sodium Suftte Soundness(per sieve
120.00 ea
CTM 217'D2419 Sand Equivalent
120.00 ea
CTM 227 Cleanness Coarse Am
150.00 ea
CTM 229 Durability Index
165.00 ea
CTM 303 KC & Kf
150,00/L48
CTM 304 AC Sample Pre ration
100:00 ea
CTM 304 with Lime Treat
i25.40 ea
CTM 308 Bulk Spec Grav Bit Mix
50.00 ea
CTM 304 Theb Spec Grav Bit Mix
165.00/ea
CTM 366/D1560 Sta iometer V ue .Set of 3
CTM 371 Tensile strenqth Ratio Lab Mix
.3117..00 ea
x800,00 ea
CTM 371 Tensile Strenqth Ratio Field Mix
1400.0` ea
CTM 382 1ninon Oven Asphalt Content
160-00/ea
CTM 382 Ignition Furnace Calibration
400.00/ea
LP -1 Theo Max 5 G Mix with Dif AC Coat
150.00 ea
LP -2 Bulk Spg-Aqq Blend
LP=3 Voids Filled with Asphalt
100.00 ea
50.00 ea
LP -4 Dust Proportion
LP -10 Sam q and Testing CRN[
50.00 ea
175.00,ea
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 1/1/2013 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
-4-of'7"
Of'—%
"04 NEIL O. ANDERSON
A N D A S S O C I A T E S
EXHIBIT B
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY. SERVICES
POOL ENGINEERING
POST TENSION DESIGN
AASKT0 T304 Fine Angularity
200.00 ea
ASTM D4791 f=lat and Elongated Particles
200.00/ea
Martell MJx:
Mix Design
Re uest note
ASTM D1559 Stabili & Flow
110.00/ea
ASTM D1075 Immersion & Compression Retained Strength
110.00 .ea
ASPM D2726 Unit Weight
60,00 ea
ASTM D2172 ExUadion
200.00 ea
ASTM D2172 Extraction with Gra ation
275.06 ea
ASTM D2041 D2172 Maximum lice Specific 2M . of Bituminous Mixtures
150.00 ea
CONCRETE
72VffA7r-4L
Concrete Mbc Des! n .Review
200.00 ea
Additional Concrete Mix Design(using same materialsi
150.001ea
Concrete Mix Des n wish Trial Batch & Cancreie i r Cam ression Tests
Request uote
Floor Flatness lqgft
135.00 hr
Floor Flatness Report I
450.00 ea
Unit We ht Flrao
50.00.ea
AMORA7"ORY
Com ression Test Concrete Cylinders
26.00.ea
Flexural Strength, Concrete Beams 6"x6"x24 ASTM C78
125.00/ea
linder Molds 6"x12
722L2
Cement Content of Hardened Portland Cement Concrete ASTM C85
Request Quote
Shrink Bar Testing 3 bars per _ . ASTM C157
420.00 set
Cam ression Tests on Core Specimens includes a ASTM C42
80.D0'ea
Calcium Chloride Mo store Test Kit (Includes calculations
80.00/ea
MASONRY BRICI[ $LOCK TILE
Compression Tests on Core Specimens includes re ASTM C42
80.00'ea
Shear Tests Masonry Core
145.00 `ea
OMEMEbz Test.'
Compression Test Grout Molds
Z6.OD ea
Compression Test Mortar linder
26.00 m
Com ression 2"x4" Cylinder Molds
8.00 lea
Cam resstorY Masonry Prism 2 f3T mortared i routed
175.00 ea
ClzxreW Masonry UY
Compression Test Mason Unit 8"x8"x16"
175.00 ea
MaM Absorption Tests ASTM C140
105.0p ea
Masonry S rin a(Volume a e
175.00d .ea
Masan Lineal StigLk2ge with
260.00 ea
Mason Shrinkage with AbsorpWn and Compression
375.00 ea
S'T'EEL AWS ASTM ASMI: ANSI API
NON-DES7RUC77VE 7ES771V&
High Stren th Solt SB Testing
130.00 r
Boit Pull/Load Pull/Loadiqggn,i3D.00l
r
Rebar Pull Testing
130.00.hr
Gelflng Wire Pall Te!gng
130.00/hr
NDT GPR
160.00 r
Pachometer
1 in nn1hrl
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928A690 F:916.928.4697
Updated: 1/112013 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
Sef'l'
EXHIBIT B
GEOTECHNICAL
NEIL O. ANDERSON ENVIRONMENTAL
'044 AN D ASSOCIATES INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 1/1/2013 5051 Commercial Cir, Unit B. Concord CA 94520 P:925.609.7224 F:925.609.6324
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below_ These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract 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 contract, 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 Ea. Occurrence
$2,000,000 Aggregate
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
NOTE: 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.).
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, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of therp oject that it is insuring.
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
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.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) 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.
(d) 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 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, 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 contract 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. 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 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
1. AA#
JV#
R Q� E 7iFAD
• E _ 14
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A,
SOURCE OF
FINANCING
181 3205 Fund Balance $ 3 108 760.00
B.
USE OF
FINANCING
181 181466 1825.2250 'Water Meter Pro ram - Phase 3 $ 3,108,760.00
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2013-24
A RESOLUTION OF THE LODI CITY COUNCIL
REJECTING ALL BIDS AND AUTHORIZING
RE -ADVERTISEMENT FOR BIDS FOR THE WATER
METER PROGRAM PHASE 3 PROJECT
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed bids were received and publicly opened on February 7,
2013, at 11:00 a.m., for Water Meter Program Phase 3, described in the plans and
specifications therefore approved by the City Council on December 5, 2012; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder Bid
Knife River Construction $2,842,760
Teichert Construction $3,247,951
Vinciguerra Construction $3,407,635
Mozingo Construction $4,769,280
Preston Pipelines $3,640,000
Diede Construction $3,674,382
WHEREAS, staff recommends that the City Council reject all bids and authorize
re -advertisement for bids to resolve a debatable bid protest.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
reject all bids and authorize re -advertisement for bids for the Water Meter Program
Phase 3.
Dated: February 20, 2013
I hereby certify that Resolution No. 2013-24 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 20, 2013, by the following
vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Johnson
ABSTAIN: COUNCIL MEMBERS — None
RANDIJOHL
City Clerk
2013-24
CITY COUNCIL
ALAN NAKANISHI, Mayor
PHIL KATZAKIAN,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
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
http:\\www.lodi.gov
February 14, 2013
KONRADT BARTLAM
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
RMC Water and Environment Neil O. Anderson and Associates
Tony Valdivia Larry Matthews, Principal
2001 N. Main Street, Ste. 400 902 Industrial Way
Walnut Creek, CA 94596 Lodi, CA 95240
Teichert Construction Knife River Construction
P.O. Box 700 655 W. Clay Street
Lincoln, CA 95648-0700 Stockton, CA 95206-1722
SUBJECT: Consider Adopting Resolution Rejecting All Bids, Approving Plans and
Specifications and Authorizing Re -Advertisement for Bids for Water Meter
Program Phase 3 Project or Adopting Resolution Authorizing City Manager
to Execute Agreements with the Following Entities for the Water Meter
Program Phase 3 Project and Appropriating Funds ($3,108,760): Knife
River Construction, of Stockton, for Construction ($2,842,760); Task Order
No. 5 with RMC Water and Environment, of Walnut Creek, for Engineering
Services ($36,000); and Neil O. Anderson and Associates, of Lodi, for
Construction Testing and Inspection Services ($300,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, February 20, 2013. 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 Randi Johl, City Clerk, at (209) 333-6702.
If
you have any questions about the item itself, please call me at (209) 333-6706.
nn F. Wally Sandelin
4:01r_ . Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCREJECT PSA.DOC