HomeMy WebLinkAboutAgenda Report - March 19, 2014 C-05AGENDA ITEM C -o`5
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing Interim City Manager to Execute Agreements with
the Following Entities for the Water Meter Program Phase 4 and Non -Residential
Meter Projects and Appropriating Funds ($4,514,643):
A. Awarding Phase 4 Water Meter Installation Contract to Teichert
Construction, of Davis ($3,645,238)
B. Task Order No. 6 with RMC Water and Environment, of Walnut Creek,
for Engineering Services During Construction ($46,445)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing
and Inspection Services ($527,960)
MEETING DATE: March 19, 2014
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing Interim City Manager to execute
agreements with the following entities for the Water Meter
Program Phase 4 Project and appropriating funds in the amount
of $4,514,643:
A. Awarding water meter installation contract to Teichert Construction, of Davis, in the amount of
$3,645,238
B. Task Order No. 6 with RMC Water and Environment, of Walnut Creek, for engineering
services during construction, in the amount of $46,445
C. Neil O. Anderson and Associates, of Lodi, for construction testing and inspection services in
the amount of $527,960
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 a flat rate versus on usage.
A. Phase 4 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 4 is
presented in Attachment A and includes the installation of 1,338 meters and the replacement of
22,130 feet (4.2 miles) of water main.
Plans and specifications for this project were approved on December 18, 2013. The City received six
bids for the project on February 6, 2014 that are summarized below:
APPROVED:
, Interim City Manager
K:IWPIPROJECTS%WATERIMeterslWater Meter Program Phase 41CAward.doc 3!1212014
Adopt Resolution Authorizing Interim City Manager to Execute Agreements with the Fallowing Entities for the Water Meter
Progra€r1 Phase 4 and Non -Residential Meter Projects and Appropriating Funds ($4,514,643):
A. Awarding Phase 4 Wafer Meter Installation Contract to Teichert Construction, of Davis ($3,645,238)
B. Task Order No. 6 with RMC Water and Environment, of Walnut Creek, for Engineering Services During Construction
($46,445)
C. Neil 0. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($527,966)
March 19, 2014
Page 2
Bidder
Engineer's Estimate
Teichert Construction
Knife River Construction
MCI Engineering
Vulcan Construction & Maintenance, Inc
Sanco Pipelines, Inc.
Spiess Construction Company, Inc.
Location Bid
$5,130,630.00
Davis $3,645,238.00
Stockton $3,686,067.00
Stockton $5,122,822.50
Fresno $5,316,504.00
Los Gatos $6,367,345.00
Santa Maria $7,072,175.00
Knife River Construction (KRC) submitted a bid protest on February 7, 2014, The protest letter,
provided as Attachment B, claims the low bidder, Teichert Construction, did not list a striping
subcontractor and therefore, the bid must be rejected as non-responsive. The basis of KRC's claim is
that the striping price exceeded the threshold of one-half of one percent (.5%), approximately $18,000,
that requires listing of the subcontractor. Teichert Construction submitted a response letter on March
11, 2014, provided as Attachment C, claiming their striping price is less than $18,000 and does not
require a subcontractor listing
The City Attorney's office has reviewed all of the documentation and has concluded that the Teichert
Construction bid is compliant with the Public Contact Code Section 5101 and staff concurs with the
City Attorney's conclusion.
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 for the Phase 4 Project and the Non -Residential Meter Project. The two projects will be
in construction over the same 2014 time period. This is Task Order No. 6 (Attachment D) to the
Master Professional Services Agreement and is a time -and -materials contract with a not -to -exceed
maximum of $46,445.
C. Construction Testing and Inspection Services
Staff recommends Neil O, Anderson, of Lodi, perform construction testing and inspection services for
the Phase 4 Project and the Non -Residential Meter Project. The two projects will be in construction
over the same 2014 time period. Neil O. Anderson will provide three 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 $527,960 and the agreement is provided as Attachment E.
Appropriation
The total project appropriation is $4,514,643 and includes the contracts described above, Public Works
Engineering staff costs and contingency, as summarized below.
KAVYMPROJECTSMATERNetersUater Meter Program Phase 41CAward.doc 3/12/2014
Adopt Resolution Authorizing Interim City Manager to Execute Agreements with the Following Entities for the Water Meter
Program Phase 4 and Non -Residential Meter Projects and Appropriating Funds ($4,514,643):
A. Awarding Phase 4 Water Meter Installation Contract to Teichert Construction, of Davis ($3,645,238)
B. Task Order No. 6 with RMC Water and Environment, of Walnut Creek, for Engineering Services During Construction
($46,445)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($527,960)
March 19, .2014
Page 3
Budget Item
Amount
Construction Contract
$3,645,238
Neil O. Anderson and Associates
$527,960
RMC Construction Management
$46,445
Public Works Engineering
$45,000
Total
$4,264,643
Project Contingency
$250,000
Project Total Budget
$4,514,643
FISCAL IMPACT: Water main leak and service repairs will be reduced. Costs for reading
of the meters will reduce as they will be automatically read by the fixed
network.
FUNDING AVAILABLE: Requested Appropriation:
Water Capital Fund (181): $4,514,643
Jordan A ers
Deputy City Manage rllnternal Services Director
F. Wally§9delin
Public Works Director
FWS/GWipmf
Attachments
cc. Larry Parlin, Deputy Public Works Director
Gary Wiman, Construction Project Manager
Tony Valdivia, RMC Water and Environment
Neil O. Anderson and Associates
Teichert Construction
Knife River Construction
K:%WPIPROJECTSIWATERNeter$XWater Meter Program Phase 41CAward.doc 3112!2014
N
LU
Z -
BURTON w
v
ALADDIN
w
} OXFORD
,:�i
O�
CENTRAL PARK
Attachment A
i VJ •�I
City of Lodi WMP
G Phase 4 Construction Area sA
ST I J TF,I— �ILACUSI?
ELM ! i
DEBBIE 4 i 2 -y
Z r-' ?� + r--1.0 I�
JERRY L O i--1
a
OXFORD
G=7-ioPINE
a OAK
TRACY
SANTA YNEZ
CAPELL
U
CAPELL O
U
KENWA
WALNUT
WALNUT
WALNUT
JACKSON CO)
JACMooKSON
M
LODI
� OoZ
LU°
R 1
¢ �
Cl)
CORB IN
a
N' —
,250 2,500
co
W
Q
O O ARLINGTON = j
V ; m Q
w Z Q Z
fn
' Q Z (9 O0 z C7
Uj Q
v O INY w � ��
Z ¢ Z Z
O = I 7i
TOKAY = JAI
EA 1
I- F7 IRM-
Dk�n A LA-;-n� A t-, �e+r--mf'�^ Arses
Feet ---- ---
KNIFE RIVER
CONSTRUCTION
M Mou "Souaci s commw
Northern California Division — Stockton
655 West Clay Street
Stockton, CA 95206-1722
Ph: (209) 948-0302
Fax: (209) 9488652
February 7h, 2014
Gary Wiman
City of Lodi Public Works
221 W. Pine Street
Lodi, CA 95240
Re: Water Meter Program Phase 4
Bid Protest of A. Telchert B Son, Inc. dba Telchert Construction Bid
Dear Mr. Wman:
Attachment B
wwwAniferiver.corn
Cont Lim 334653
DSS Company dba Knife River Construction ("KRC"), the second lowest monetary bidder for the above referenced
project, hereby protests the bid of the lowest monetary bidder, A. Telchert & Son, Inc. dba Teichert Construction
("Teichert"). As explained below, Telchert failed to comply with mandatory requirements for listing of subcontractors as
outlined in the contract documents and California Public Contract Code. Therefore, Teichert's bid must be rejected as
non-responsive, and Knife River is the lowest responsive and responsible bidder eligible for award.
• Section 3-3 of the bid documents states: "The undersigned agrees that any portion of work in excess of one-half
of one percent (0.5%) of the total amount of this bid or $10,000, whichever Is greater, and for which no
subcontractor is designated herein, will be performed by the undersigned."
o One-half of one percent (0.5•%) of Teicherts bid is approximately $18,225. Knife River received bids
for the striping work in excess of $50,000. Furthermore, 4 out of the 6 bidding contractors listed a
striping subcontractor_ Therefore, Teichert is not allowed to subcontract any portion of this work. Any
such subcontracting would be contrary to the bid documents and in violation of Public Contract Code.
• Public Contract Code Section 4106 States:
K a adme contractor falls to soecNir a subcontractor or if a prime contractor specifies more then one
subcontractor for the same porton of work to be performed under the contract in excess of one-half of 1 percent
of the prime contractors total bid, the to ggaagi&E am eng that he or shs Is fiW* auatiHsd ft osrfotn►
any
4111.
the
except as provided for in Sections 4107 or
Teichert's bid is non-responsive and must be rejected. Accordingly, the contract should be awarded to Knife River
construction as the lowest responsive and responsible bidder.
I can be reached at 209.948.0302 if you have any questions or need any additional information.
Sincerely,
Randy Holtberg
Estimating Manager
Knife River Construction
Cc: Wally Sandclin — City of Lodi
Randi Johl — City Clerk
DOWNEY
March 11, 2014
BRAND
ATTORNEYS LLP
VIA E-MAIL AND U.S. MAIL
Janice D. Magdich, Esq.
City Attorney's Office
P.O. Box 3006
Lodi, CA 95241-1910
Scott D. McElhern
smcolhern@downeybrand.com
916/520-5367 Direct
916/520-5767 Fax
Re: Bid Protest by Knife River Construction
City of Lodi Water Meter Program Phase 4
Dear Ms. Magdich:
Attachment C
621 Capitol Mall, 181" Floor
Sacramento, CA 95814
916/444-1000 Main
downeybrand.com
My office represents A. Teichert & Son, Inc. dba Teichert Construction ("Teichert"). I am
responding to your letter of February 28, 2014, relating to the bid protest of Knife River
Construction ("KRC") on the Water Meter Program Phase 4 Project ("Project").
The basis for KRC's bid protest is the allegation that Teichert should have listed a striping
subcontractor in its bid. However, a subcontractor is only required to be listed if the value of its
work exceeds one-half of 1 % of the total bid of the prime contractor. (Public Contracts Code
section 4104(a)(1)). On this Project, Teichert's bid is $3,645,238, and 0.5% of that amount is
$18,226. Therefore, by its express terms, the Public Contract Code allows Teichert to
subcontract work that amounts to less than $18,226, and not be required to list the subcontractor
on its bid proposal.
Teichert, as part of preparing its bid, completed a takeoff of the striping work and created an
estimate for the Project using: (1) unit prices from City of Lodi Water Meter Phase 2 Project
quoted to Teichert by Centerline Striping (Attachment A); and (2) Teichert's database of striping
unit prices. The estimate was approximately $12,000 (Attachment B). Chrisp Company
("Chrisp") did send Teichert a lump sum striping quote in the amount of $56,914.00 (Attachment
Q. The quote did not contain quantities or unit prices. Because of Teichert's knowledge of the
Project size and its estimate based past work, Teichert determined that the Chrisp quote did not
accurately reflect the cost of striping on the Project. As a result, Teichert did not use the Chrisp
quote in putting together its bid for the Project. Rather, Teichert prepared its bid for the Project
using its striping estimate of $12,000 (Attachment D — Activity Code 69821). Because the value
of the striping work was significantly less than one-half of I% of the overall bid, Teichert was
not required to list a striping subcontractor. Moreover, even if the cost of the striping work
Janice D. Magdich
March 11, 2014
Page 2
exceeded one-half of I% of its bid, Teichert could simply self -perform under its Class A license.
(Public Contracts Code section 4106).
The City's bid package did not contain a specific line item for the striping work. As a result,
Teichert spread the cost of paving, striping and associated work to the specific pipe items that
required asphalt to be replaced, specifically bid items 6-11, 25 & 26 (Attachment E).
After Tei chert received notice from the City of Lodi that KRC had protested its bid, Teichert
spoke with Chrisp's estimator, Stacy Stommel, to see if Chrisp could justify its lump sum quote
of $56,914.00 (Attachment Q. The reason Teichert spoke with Chrisp was to demonstrate that
the striping estimate of $12,000 that Teichert used in its bid accurately reflected the cost of the
striping work. Chrisp's estimator said he would talk with his superintendent and go over the
estimate and get back to Teichert. On February 14, 2014, Teichert received an email from Stacy
Stommel (Attachment F) stating that Chrisp had made an error in producing its sub quote and
sent a revised quote for $11,098.00 (Attachment G). The quote is consistent with Teichert's
estimate of the value of the striping and far less than the $18,226 (0.5%) sub listing limit.
As demonstrated above, KRC's protest is fundamentally flawed and is based upon incomplete
and inaccurate information. There is no basis under the Public Contract Code to deem Teichert's
bid as non-responsive. Teichert is the lowest responsible monetary bidder and should be
awarded the contract for the Project.
Thank you for your attention to this matter.
Very truly yours,
DOWNEY BRAND LLP
6e%
SI D. McE
SDM:mpd
1362882.1
DOWNEYIBRAND
A71ORNEYS ILF
Attachment A
��617�1•
W=
BTRIPW COMPANY, INC
91147 DINO DRIVE
EL16 OIIOVE. CA 811624
PIN6.COM
PHONE: (in" 68644
ADINK FAX PHO 6/1611/11111
EBTW FAX: (916) 6911-W6
CALIC.#496146 A.C62
NV LIC.# 39727 'A0. A21
Qom_ .
PAGE 1 OF 2
JOB FILE
JOB NAME: 1.0011MM MIVN MECT PH. 9 QUOTED BY: BOB BQUIIERS
LOCATICK VARIOUS LOCATIONS E -MAL CONTACT: bobiftwol1ine8bUSemn
LODI, CA. BID DATE: 10=12
COMPANY: TEIGHERT CON8TRUCiTON DATE QUOTED 101124/12 TIME: 072 AM
P.O.BOK 16116
DAMS. CA 966171690 BOND INCLUDED 9 NO RATE: 0.9491 WITH 5200 MINIMUM
ATfEN1'IOrk ADAM 8TOFIil1 IS TRAFFIC OOIGROL INCLUDED? YES
PHONE: !63014064200 FAX: (530)406-42M 404 NUMBER OF ADDENDUMS NOTED: 0
SEE PAGE 2 OF 2 FOR SPECIFIC TERMS AND CONDITIONS FOR THIS QUOTATION I TOTAL
Attachment B
Teichert Striping Takeoff'
Agency: City of Lodi
Project Lodi Water Meier Ph 4
Total Est. Cost:: 8,495.25
Contingency (20%): $ 1,699A5
Total with Contingency: $ 10,184.90
Add. Mobs @ $1,00019m: $ 2,000.00
Total in i 12194.90
Attachment C
t
Received J '` y'Y`�c l ` Feib 5 201411�� PAQ1t002
0?lOS12014 09:58 �P Co. - Urcol 1 • •
Stockton Oitioe Contractors Lkmm No. 6740M
1001 Skfts Ave A Generot Engrreering
Stockton , Ca ob215 C-13 Fengee, Wire, Wood
Phoria• PA 948-2175 Fax gOR 048.2179 632 Highway improvement
Quotlfjon Uron Contractor! He rNooMy Oda
Ta Oxen Date: 2!412014 -
For the Intended Use of the General Conbacbr itmode.. 2Ml2014 .
:JobNam. WATER METER PROGRAM PH 4
Loallm LODI eldt<: 21950 0 -
Cw tr o- Jot*:
' VAOroDayL,
• , •Ltged Darra+Bes' , • '
ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
50 Replace Thernwpledo Striping, Marianas & 1 SUM '5W4.000 $58,914.00
Pavement Markers in trench patch areas
rOrAL "6,914.00
Includes Referencing of Striping S Markings
Wdoon Authorlown is Requlmd Prior to Pfocaedbrg With Work
ACCEPTED BY, P.O. Number
TITLE: Job
Number
Bond Rab Addendum 1,2 .
1.5%
This quote includes all-stipuladons found on page 2 QUOTE PREPARED BY Stacy Stommei
(2M45"539
ststommNochrtapco.com
CHRISP COMPANY
Page 1 of 2
Attachment D
i
A. Toicient dt Son. Inc. Page 1
4702 Lodi Water Meow Ph 4 03/1 MOM 12:55
Eric Stannard Dhwt Cost Report
Activity Dow Quantity Unit Perm Constr Equip Sub-
Resovrce PCs Unit Cost Labor Maten Meaft MentContrac Total
Holding Aec 609000 Land Item SCHEDULE- 1 100
Deaaripdan = Paving for Mainlines Unit = LF TWwoff Quem. 23.174.000 Engr Quare: A174M
41020 Bay Dense Grade Asphalt Qaan N Hr Ifflub 9.90 Cal SOB WCCAWCC
4•
1AC1/2 TEICBMT -12" As 1-oOMENOPN S
2ACIA 1/2" Asphalt CCmc®1 1.00 0OWN gum
41040 Bay Other AspU t Cntba* Qoaa N RMWA le #A Cal 508 WC CAWCC
IACCUT TEICHIRT - 3/8" Co 1.00 rdMM
2ACCUT 3/8" Cold Mim@108 1.00N
41060 Buy Tact On
2MITACK Tack Coat@108% 1.00 SAL
AMMW
42020 Had AC Bottoms
SDBACTN MOMMLlbl Botto 1.00djON&'N
dOMMIMW
Qum dRIMMA EUMAM 9.09 Cai 508 WCCAWCC
dMI-
Qa mJNMbT 1 Hrs/6lhtl» 900 W NO WCCAWCC
mom
[�
42M Had AC Other (Catbacla Qaaa4ILIRVW HrWINO 900 Cal 308 WCCAWt7C
5TRACrN
rM
� l.00 HT1
44020 RaceAC w/Beft=Damps -MahOw Qaaa%lMMIWM Hrs18MOkWSWWCCAWCC
AM DB • Paving HMA54.00 CH Prod:- 119M" UH Lab Pcs: 9.50 Eqp Pc s. 7.50
8ASPAVER FBD • 10' alpha 89% HR
8ASPM LCB - asphaltp 89% HR
8LO210 LBC •skip load 89% HR
BPIP250 ACD -pidmp 3/ 89% MR
SPIP350 ACD - p daV 3/ 89°0 IM
8ROI OTP RBH -101aps►ra mad HR
OR012MD RVD -12th dual 89%
LDuhe Laborer Doman
A. Te mbort A Son, Inc.
4702 Lodi Water Mater Ph 4
Eric Strumard
Activity Dear Quantity
Resource PCs Unit
Holding Acc 600000
Description = Paving for Mainlines
61045 OBHadAC
69012
Page 2
03/11/2014 12:55
Direct Coat Report
Unit Pam Coasts Equ3p Sub -
Cost Labor Materi Mat]/& MentContrac Total
Land Item SCHEDULE: 1 100
Unit = LF Takeoff Quan: 23.174.000
11
tv Quaw 21,174.000
low
Q.am: � LD HrwU t: LOO Cd s08 WCCAWCC
-10Whl-H09 ONHR � dw 4w
Grinder Support Qm mt JMDA HmU tts L(* Cal SOB WCCAWCC
Qm
Grinds support
� CH
LRAKER
Laborer Aephakilaka
MH
OF
OE Foreman
MH
OPV
OE Paving Machina
MH
ORL
OB Rover
MH
=
OB slop,
MR
LSHOVEL
Laborer Aapbalt Shov
MH
61045 OBHadAC
69012
Page 2
03/11/2014 12:55
Direct Coat Report
Unit Pam Coasts Equ3p Sub -
Cost Labor Materi Mat]/& MentContrac Total
Land Item SCHEDULE: 1 100
Unit = LF Takeoff Quan: 23.174.000
11
tv Quaw 21,174.000
low
Q.am: � LD HrwU t: LOO Cd s08 WCCAWCC
-10Whl-H09 ONHR � dw 4w
Grinder Support Qm mt JMDA HmU tts L(* Cal SOB WCCAWCC
Qm
Grinds support
� CH
SLO210
LBC • skip loader jd2
HR
9PIF250
ACS • pulmp 3/4 ta
HR
SPIFM4X
ACF - pidW 3/4 to 4
HR
SROSTDD
RVC - 5tn dual drum
HR
STRWT
TRL - wate t track
LSHOVEL
Laborer Aapbalt Shov
MH
OF
OE Foromoen
MH
ORL
OE Roller
MH
OSK
OE Skip Loader
MH
TWT
Teamster Water Trac
MH
low
AWOMHMAY
MH
69821
Plug #
4STX
$12,000.00
St #ft & Maris
Striping Sub
Prod: INS S Lab Pos: I
Eqp Pee:
QML- 1A LS Hrdghfti LN Cod 508 WCCAWCC
1.00 1.00 LS 12,000.000
[]
12,000 12.000
12.000 12,000
76190 7-AzkRgdpamdMete hr Paving Qa 6.09 BSA HVIVA h &W Cd 08 WCCAWCC
A Tembert & Son, Ina.
4702 Lodi water Mder Ph 4
Eric Siannod
Activity Dela
Rwounos
Holding Ace 600000
Dawription - Paving for Mainlines
PCs Unit
Page 3
03/11/2014 12:55
Direct Cost Report
Unit Perm Constr Equip Sub -
Cost Labor Matas Mad/Ex MasContrw Total
Land Item SCRMULE: 1 100
UM = LF Takeoff QUM 24.174.000 FjW QM 29.174 000
Odrar • Loabed BCH Pro* GMIMM Lab Por 1.00 Eqp
00 Pos
8TRLB TRO - low bed tmnsp 1.00 _MOM
TWP Teamster Wstar Pull 1.00 a
1061�
Item Totals: 600000 - Paving for Mahrihaa
X231orm, 74 LF
'�
$0.00 *** Report Totals "•«
>>> isdientes Non AdMve Activity
Holding account totals will not be added to the report totals because the distribution is
instead added to the various bid items
----Report Notes.
The estnnate was prepared with BID Quantities.
This report stows TAKEOFF Qusnuties wrth do re sotuoes.
Bid Date: 02/06/14 Owsw Engin amw Firm:
Bstinaetor-In-C ww.
JOB NOUS
Estimate created on- 03/17/2011 by User#: 0 -
Source used: Ct\IMSING\Bnq\BLANK\BLANK Zip (a backup) frota 10/11/2010 10:55:38 AM
created on 02/04/2014 by User#: 15 - Jason Theriault
Source estimate used: H:\HEAVYBID\EST\BBTMAST
• on Waits of MH bdio de average labor unit cost was used rather than base rate.
[ ] in the Unit Cost Cohmm s Labor Unit Coat Without Labor Bmrdew
Iu equipment resources, rent Ir and BOB 0 not R 100# are represented as XxxOYYY w1jere
XXX.Rentlr and YYYa803%
------Cdeodar Codes --
410 40 Hour Week .(4@10)
508 40 Hear Week - (W (Default Calendar)
509 45 Hour Week - (5@9)
510 50 Hour Week - (5@10)
512 60 Hour Week(5@12)
518 58 Hour WW45@10+Sat®8)
Attachment E
HOLDING ACCOUNT DISTRIBUTION -Lodi Water Meter Ph 4
+• IwNcnrsr the coat amount In Lha HoMiW Account Befsn.$read..
Labor Penn Corot
bide Addon Taal
Bid#
Acte Qty Derc Labor BurdsaMateriaMd"
Sub EquipATS MTnxkm N Change Bond Coat
++ 559000
23433 Wow Purr
600
H559000 88 WdwPror
700
H5590D0 19752 Water Pror
800
H559000 2143 Water Pror
900
H559000 50 Wow Pror
10D0
H559000 200 Water Pror
1100
HSS9000 50 Water Pror
2500
H559000 1030 Water Pror
2600
H559D00 120 Water Pror
++ 572100
110 Rains Valu
1200
H572100 2 Rain Valv
'
1300
H372100 55 Raine Valv
1400
H572100 49 Rains Valv
1500
H572100 2 Raise Valv
28D0
HS72100 1 Raise Valu
5000
HS72100 1 Rase Valv
++ 595000
23433 AB Buy
600
H595000 88 AB Buy
700
H593000 19752 AB Buy
800
H595000 2143 AB Buy
900
H595000 50 AB Buy
1000
H393000 200 AB Buy
1100
H593000 30 AB Buy
2500
H595000 1030 AB Buy
2600
H595M 120 AB Buy
++ 600000
23174 Paving for
12,000
600
H600000 88 Paving for
45 ,
700
H600000 19752 Paving for
10,228
800
H600000 2143 Paving for
1,109
900
H600000 50 Paving for
25 ,
1000
H600000 200 Paving far
103
1100
H600000 50 Paving for
25
2500
H600000 800 Paving for
414
2600
H600000 91 Paving for
47
Distribiftd Amt on Takeoff.
+• IwNcnrsr the coat amount In Lha HoMiW Account Befsn.$read..
Attachment F
Eric Stennanl
From: Stacy Stommel <ststommel@chrisp o.com>
Sent: Friday, February 14,2014 1:55 PM
To: Eric Stannard
Sub*e Revised quote for Lodi water meter ph 4
Attschnmats: LODI WATER METER PROGRAM PH 4 DB 21959 revised 2-14-14.pdf
Eric,
After your phone call the other day I net with our superintendent Albert Sotelo and we took a very close look at the
plans and found we had made a very large error. He misread the key and thought you were replacing all the waterlines.
He has since gone back out to the jobsite and did a new takeoff of what will really need to be replaced. We are very
sorry for this error. Attached is a revised quote for the project. Please accept or apology for our error and thank you for
bringing it to my attention. l am confident this kind of error will not happen again. Again we are very song for any
Inconvenience this may have caused to you and your company. Have a great weekend.
Stacy Stommel
Chrisp Cly
Stockton Office
ph: (209) 948-2175 x154
fax: (209) 948-2179
cell:(209) 456-0539
1
Attachment G
I
eAjtmp eonWanV
Stoccton dMae
1001 Stakes Ave
Stodtton Ca 95215
Phons: (209)948-2175 Fax (209)948-2179
Quotation
To:
TEICHERT (LINCOLN)
4401 DULUTH AVE.
ROSEVILLE CA 95878
Phona: (918) 645.4865 Fax (916) 64.5-4801
Confect Eric Stannard
ITEM NO. DESCRIPTION
50 Replace Thermoplastic Striping, Merldngs &
Pavement Markers in trench patch areas
Includes Refs a cing of Striping & Merks
REVISED
Written Authorisation is Required Prior to Proceeding With Work
ACCEPT D BY: P.O. Number
TITLE Job
Number
This quota Includes all sUpulatlons found on page 2
Page 1 of 2
Contractors License No. 374800
A General Engineering
C-13 Fenoe, Wire, wood
C-32 Highway Improvement
Union Coraractor / No minority awk s
C~ Dale: 2/14/2014
BMW* 2/14/2014
JobNwne: WATER METER PROGRAM PH 4
localion: LODI eidk 21959 0
Conhwift Jots:
YV&Wp Days:
Liquidated Damapas
QUANTITY UNIT UNIT PRICE TOTAL
1 SUM 11098.000 811,098.00
TOTAL
inp511,088.00
Bond Rale Addendum 1,2
QUOTE PREPARED BY Stacy Slommel
(209) 466411119
ststommel®chrispco.com
CHRISP COMPANY
Attachment D
City of Lodi Water Meter Program
Task Order No. 6
Phase 4 and Non -Residential Metering Projects
Engineering Services During Construction
Exhibit A - Detailed Scope of Work
The City of Lodi (City) Water Meter Program (WMP) Phase 4 Meter Installation and Main Replacement
Project consists of the construction/installation of the following:
• Approximately 21,730 lineal feet of water main to replace existing, undersized mains located in
backyard easements.
• Approximately 1,339 residential water meters and related water service improvements.
The City WMP Non -Residential Metering project consists of the field documentation and/or meter
installation for the following:
• Field document water service and metering at approximately 1,265 commercial, industrial,
public and quasi -public parcels
Install water meters and perform related work on the water service at approximately 752 of
those parcels
This Scope of Work (SOW) for engineering services during construction (ESDC) associated with the City's
WMP Phase 4 and Non -Residential Metering projects 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 deliverables, 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 without the 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 for Phase 4 of 210 calendar days (approximately 147 working days or 30
weeks), extending from March 2014 to October 2014. The Non -Residential Metering contract duration Is
100 days, entirely within the duration of Phase 4. RMC will perform work only as requested by the City's
Construction Manager (CM).
Task 1— 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 Mike Matson (Task Order
Manager) and supported by the WMP Phase 4 design team of Ryan Doyle (Project Engineer) and Victor
Alaniz (CAD Production).
Phase/Duration: Entire Contract Period; March - October 2014. Phase 4 Record Drawings will be
completed within 2 months following delivery of City approved construction contractor as -built markups
to RMC.
Phase 4 and Non -Residential Metering 1 February 13, 2014
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 6 DRAFT
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
comments 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.
Deliverables:
• Written submittal review comments and action recommendation (e.g. Make Corrections
Noted) on City standard form.
Task 1.2 — Clarifications and RFI Responses
Consultant will provide technical responses to City and 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 RFIs and clarification requests 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 8 RFIs have been assumed in establishing budgeted hours
• Consultant will make up to 1 site visits to investigate field conditions
Deliverables:
• Written CDCs and RFI responses using standard RMC forms
Task 1.3 — Phase 4 Record Drawings
Consultant will prepare record drawings from the contractor's complete as -built WMP Phase 4
drawings, after review and approval of the contractors as -built markups by the City.
Assumptions:
• The City will be responsible for reviewing the Contractors 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:
• Electronic: One PDF file set of drawings and the specifications, and one set of AutoCAD
files
Task 2: Database Support
Purpose: The Consultant will support the City and the Non Residential Metering contractor with
database updates, manipulation, troubleshooting, review and related work. The contractor is required
to perform field investigations and enter the field data into the existing T01 and T03 databases using
MS Access data forms prepared by Consultant. Consultant will provide some training of the contractor
in using the databases and in updating the database with additional City provided information as it
becomes available. Nishant Parulekar will lead this task.
Phase/Duration: Entire Non -Residential Metering Contract Period; April - July 2014.
Phase 4 and Non -Residential Metering 2 February 13, 2014
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 6 DRAFT
Assumptions:
• The level of effort is limited to the budgeted hours.
• One contractor training session at City offices
• Up to 8 RFI responses
• One review cycle of final record database from contractor
Deliverables-.
• Training materials and syllabus
• Written CDCs and RFI responses using standard RMC forms
Task 3: Project Management
Purpose: The Consultant will perform project management activities, including preparing monthly Task
Order invoices and 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. Mike Matson will lead this task.
Phase/Duration: Entire Contract Period; March - October 2014.
Assumptions:
• Management activities over a 7 month construction duration
Deliverables:
• Monthly invoices and progress reports
Phase 4 and Non -Residential Metering 3 February 13, 2014
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 6 DRAFT
RMC WATER AND ENVIRONMENT CITY OF LODI
Michael H. Matson, Sr. Vice President
Date
D. STEPHEN SCHWABALIER
Interim City Manager
Date
ATTEST:
RANDI JOHL-0LSON
City perk
APPROVED AS TO FORM:
JANICE D. MAGDICH
Interim City Attorney
Phase 4 and Non -Residential Metering 4 February 13, 2014
Engineering Services Durk Construction
EXHIBIT B
Fw Egdnmft
RMC
Wa ter and Envi ronmen t
City of Lodi - Water Meter Program Phase 4 and Non -Residential Metering
Engineering Services During Construction
Fee Estimate
33%
1. The Im Mud hW* WIN Include Wry. 0-1—d and pWt
2 SubmnwNanb wO be bred at a" -d pka 10%.
3. Other d reef soft (ODCa) Such W tepo&WAwk delawy, m1a Vane YM be tioee allowed by anent IRS pdd*=), and travel as mmk vdl be WW at actual CO plus 10%.
4. RMC iewtveHM dlAtto a** No h=V nate abuabae wtd ODC medmp at the beoviltp aftie wand ryow ford 1n 1 ourdutL
713/8014
Attachment E
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2014,
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 Water Meter
Program Phase 4 Meter Installation and Main Replacement Project and Water Meter
Program Nonresidential Meter Phase (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 Meetlncis
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 19, 2014 and terminates upon
the completion of the Scope of Services or on December 31, 2014, whichever occurs
first.
E
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 Auditino
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 Damaae
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.
II
Section 4.7 Successors and Asslans
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, Principal
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.
5
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 fore 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 Reguinament
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.
6
Section 4.16 Inteamtion 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 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.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL-0LSON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, Interim City Attorney
By:
CITY OF LODI, a municipal corporation
D. STEPHEN SCHWABAUER
Interim City Manager
NEIL O. ANDERSON & ASSOCIATES
By:
Name:
Title:
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: 181468.1825.21501181487.1825.2150
(Business Unit A Account No.)
Doc ID:WP1Projeds\PSAs%2014WeilAnderson WaWfMeters2014
CA.mev 02.2014
8
Exhibit A
Wates Muer Program Phaco 4 Meter histelbhon and Main Repboomart Project
and NotuesidaWal Meboring Phase
Neil O. Anderson and Associates
Scope of Services
Provide two (Z) hil ima mepediors for the Water Meter Program Phase 4 Mater Installation and Main Replacemait
Projact and ane (1) falltime inspector for the Nonresidential Metering Phase Project to assist and report to the
C.a slrcxtian Project Marlow.
hupeceols shall be approved by the City and am agxctod to ban prior eo;arienoe is public aoDdnw iaa,
ong! iaL fig, era related field. hispeckm "not be ehwipil a uxpt as wqueaied or app v ed byAn
city.
Duties Include:
1. laspect and monitor public works construction and mai dvasace projects for conormmw to codes,
standad% specificatiaas, and rogirladie L Reviews plm w, conducts tests, sad condscls field isapection
2- Prepam nd keep daffy job sMusreporls
-
3. Confers with the Construction Manager on pleas mod specifications, discusses plans and field work witii
agmeerbig techucieas aid Held crews.
4. Confers with contradicts, sqm vboes, breman, waimien, and other privaic sector individaals.
S. Uses aad calibrates the nuclear compaction gauge.
Knowledge ole
1. Coosnvchon materials, methods, equipment and U&uq m for basis public wade projects 4ecf ft
WSW Utilities.
2. Basic emwaction mriteriab iptmg methods amd prooedtim
3. Basic math
4. Miciples of acestructica mans.
Ability to:
5. Imm the p hiciples, practices, and technfqucs of advanced public works maps#ion.
6. Read and fnterp d public works and architecturd eaafetion plans and specfficadow.
7. lnspeca basic public worla and related construction projects to determine compliance with "paved plans
and speciiicadws.
S. bftprat City/Stata laws, rules, sad wgaiatlorts.
9. Maintain records and pepere accurate written reports.
10. Establish and maintain coopetauve we dAug relationships with the public, contractors, and ciW employees.
11. Other project related duties as requested by the City.
2/5/2013
Exhibit B
.,4ANEIL O. ANDERSON
AND AS SOCIATES
January 15, 2014 Proposal No.: PT1140012
• a.d.ew.d
• sb/b.w�.wre
Mr. Gary VYlman
F,m,dagM CWmW CRY of Lodi
•� 221 W. Pine Street
I.odl CA 95240
• In.h�aw�iiloo s Moo�wrq
• roof, A 1••P• , Subjed: Proposal for ToWng and Obsematlon Saviaes
. plop ft"clo . Lodi Videx Matter Phase 4
VWkxs Locations
Lodi, CA
�•+ Thank you fbr the oppo"Ity to submit the atRKhad proposal to provide
• Soft& Amweg •• aon*uctlon dW vatlon and testlng swam fbr the subject project.
• cormLsbon&Wm
• afm. Additional smvkm requestied beyand what Is outlined In the attaIW proposal
. ueAM will be billed per our atta had standani The sdiedule.
AASM Tyne sfrall be billed item portal to portal. Wnicands and holidays wIN be
• AAMRL,P,P charged In 4 and B how Incremerrta. OwUnm and double time, if any, will be
C)CItL P applied per Califa, Labor law.
• ��a s r We con begin services upon reodpt of a p xdmse ander. 1'f you have questimns,
• F �° " please fi0el free ID oordad Larry or Tiny at (209) 367-3701 or e -mall
Oio1oj�'tmmmdwm IN mm or lany.m nmandeson=n.
• Fors•• 11 ftdow
• Phne Ulf ESA
/�J►'
Cam
.°"� A� rq��ec4cx
• Aaria�q
• rlwi.r.M.p..erwaiwwo�s
9R Wu.ew V ft lea CA 9WQ P'2NLWJM F405.55U=
50 Oddwdud a.2W. 8aerrnNED CA 5W PA15AZ5AM F*WAU W
am Chnwead ar. um Cnoaa CA 5M0 PArASN M F!i' MAW
NEIL O. ANDERSON
AND.,OA ASSOC I ATE S
Lodi Weber Neter Phase 4
Proposal Number: PT1140012
Jmtmry 15, 2014, Revised 3amrary 27, 2014
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
000Wcirremod la *AoMae►elrllwrwWJw4WWPWMW«brilbAlbar
*7ftJBWW- 011 &VAwadMMir 4WAMWPrM'mJWS,2014 R-hMabdomwmAW&
i>IdaBias W kIaM/r 1br CilY XnR PMVaMkff WVS
902 DldlWW Wbv, loci CA 95240 P:2093673M F:209333MO
50 GdldE nWW M *100, SaaamelbD CA 955834 P916.928.4690 P916.928.4697
5051 CUIII radal Or, Unit % Camd G 94520 P:925.609.7224 F:925.609.6324
1 of'!
Rate
Lead Project Inspector (Regular Tkne - 8hr shift)
$
984.00
/Shift
Lead Project Inspector (Overtime)
$
158.00
/hour
Lead Project Inspector (Doubletlme)
$
193.00
/hour
BuddhWCorstruction Inspector (Regular Time - 8hr shift)
$
972.00
/Shift
Brrfg%CorLahructian Inspector (Overtime)
$
153.76
/hour
186.03
lhow
000Wcirremod la *AoMae►elrllwrwWJw4WWPWMW«brilbAlbar
*7ftJBWW- 011 &VAwadMMir 4WAMWPrM'mJWS,2014 R-hMabdomwmAW&
i>IdaBias W kIaM/r 1br CilY XnR PMVaMkff WVS
902 DldlWW Wbv, loci CA 95240 P:2093673M F:209333MO
50 GdldE nWW M *100, SaaamelbD CA 955834 P916.928.4690 P916.928.4697
5051 CUIII radal Or, Unit % Camd G 94520 P:925.609.7224 F:925.609.6324
1 of'!
GEOTECHNICAL
NEIL O. ANDERSON ENVIRONMENTAL
AND' -'44 ASS O C I ATE S INSPECTIONS R TESTING
LABORATORY SERVICES
POOL ENGINEERING
2014 SCHEDULE OF FEES
TERMS OF PAYMENT AND CHARGES
TERMS OF PAYMENT
POST TENSION DESIGN
Payment of invoices is due upon receipt. Invoices w01 be subject to a late payment charge of 1.5% per month
after 30 days. After 60 days, past -due accounts may be submitted to a collection agency with incurred tees
assessed to your account.
MISCELLANEOUS CHARGES
AN testing is to be scheduled a minimum of 24 hours in advance and cancellation Is to be by 4:00 pm the day
prior to the scheduled besting or a tip flee will be charged (minimum 2 hours). These minimums are customary
for our Industry. Any inspection which Is requested to be performed on the same day will be charged an
additional $10.00 per hour to expedite.
HOURLY CHARGES
' Time shall be charged in 2, 4 and 8 -hour Increments with a 2 hour minimum for field inspections and
observation and shall be billed from portal to portal. Structural steel, masonry, and welding Inspections shall be
charged In 4 and 8 -hour Incrernens with a 4 hour minknum. Weekends and holidays will be charged in 4 and 8
hour Increments.
OVERTIME
Time worked In excess of 8 hours per day and Saturdays will be charged at one and one half Ones the hourly
rate. Two times the hourly rate will be charged for Holidays, Sundays and for Saturdays after 8 hours.
*Ohre ffnw and AatAb►fe dace raft wffbe 4gvWphsr dee CWbrehhla kbarkw.
PREMIUM TIME
An additional rate of $10.00 per hour will be charged for work performed before Gam or after 5pm.
PREVAILING WAGE
In accordance with C allibmia Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $25.00 may be
applied per hour for publicly funded projects. A wage differential of $35.00 per hour may be charged for hours
worked before 4 am and after 2 pm. These rates may vary depending on where and what type of work will be
Performed.
Neil O. Anderson & Associates, Inc. carries coverage in excess of all Insurance required by law. Additional costs
far extra Insuance cam, co -Insurance endorsements, or additional insurance or bonds will be charged to
the client at cost plus 20%.
New dL-rft may be subject to payment prior to receipt of report. All dients may be subject to a prepayment
before initialing our work
7A& fm schbhA ak may be dliangled we7lmot IWW.
902 MdllMbi Way, UWJ CA 95240 P120 -WJ701 F209.333.6 IM
50 Gordaoblld R 9100, Swi me ft CA 95634 P:916.92BA690 F916MBA107
UpdaNd: 5051 Camnwdal Cir, unit % Concord G 94520 P:92S.609.72Z4 F925.609.6324 1 of 7
NEIL O. ANDERSON
AND,44AO ASS O C I ATE S
2014 SCHEDULE OF FEES
(AOR CU19110MIt RN OOT)
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS • TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
EHBINE -MMMO SEKVICEB
Senior KndW Engikieer
250.
Pried ist
225.
ASsocia6e
185.
hr
Senior En Sdwffid
170.001hr
Pmjed Engineer Scientist
160.
Staff Scientist
135.
275.
r
Expert Testjnwny
495.
halt Corrcnete 91MIllng
i
r
Masonry, Conaele, T
Rreproofing)85.
r
with Nudear Gouge89
Qertlfled Weidi AW CIM
100.
DSA Masonry jMegft
100.OD
Aft
CAD Deskywir
95.
hr
CAD DraPoer
KaN
Aoaourrtant
95AWhr
AdminWtratirre ASSIStant
60.
hr
NOT MIX ASPHALT MA 01MMES
HMA Placement Ins
HMA Density Process Control
HMA Density Cores
110.00 hr
HMA Data Coes
110.
r
HMA Production byVector
92.
hr
HMA Design Review
200.
ea
Land ftol
Bu
nest
Caltrans CertMed h@bqqWTedlMdan
92.
CTM125 SampW HwyMlaterlal
92Aft
(lontroi m3new
175.
hr
Qwft Co Od Pian
SWOOP
EXPLORATIM
6�EiiM+11�1'�I"l�ll[
Seismic Refraction 113-31), Seismic Source DAQlink M, 24 Channel Acquisition Sysbern, 2 man
crew
280.001hr
Mu nn Ana s Waves 313, 3WRE smw WKW M, 24 chawdo
2 man Crew
280.
r
antennas may wanant
225.
In-situ Soil Rgtaft Te g HW tester
170A/hr
and
160.
r
LBW
and §EmokvAMS Slim trade 2 crew
245.
DMkV and SamplingSimco 2400 Mobile B24 . Minute Man 2 pemon crew
Drilling and Sampling CME75
285.
9O2 RtdUWW Way, Lodi G 95240 P:209.367.3701 F:209.333.8303
50 GaMwdwW Ct, #100, Smaw aft CA 95834 PM6.9284690 F:916.928AW7
UpdaW-1AII2014 5051 Cofflawdal Cir. Unit 8, Concord G 94520 P:925.609.7224 F:925.609.6324
2of7
NEIL O. ANDERSON
AND"04 ASSOCIATES
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS • TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
and SarnWirm CME75 Mud Rotaryw
325. r
Drill and Sam coring)
Request Quote
Borehole Gmutt
285.00 r
1 Crew
135.00 hr
Coling 1 Man Crew w/o Trailer
145. hr
Coming 1 Man Cmw w/Traller
wld be hien upon request for second
16S.00/hr
Bok ghIM RE 6' max cone 4" max core diameter
34. ea
Support Truck not mi 500 Won water tank
2SQ,0QLday
" Stabdesp Steel Tubes and Cops, gggko
10.00/each
PandKing Fees
Cost + 20%
Bates
10.0%
Som0m Su weer, Mnetc-)
25.00
Ph0bD40ni23dM Detector PID
125.00
Water Level Uedkator
30.00
pbLCondudM emp Metler
50
Dkmo& d Meter
50.OD
Steam Cleaner
100
Gemeerlt Pwnp and Mhoer
100.00
Drums
75. ea
Ming SuppNes
Cost + 20%
Laboratory Ana4sW
Cost + 209b
GEOTECMNWAL SOILS AND AGGREGATES
Dkmrt9kw Test.
.. %AR 0dabed — Undrained
140.00 'nt
Co mmMabed — Undrained
165. int
ConsorkmW — Drained
185.00 int
Tnft" 0WWAWb7 Test
Unconsolidated Undrained Tdaoc D2850
IN-upoint
Consolidated Undmined Trlax D4767
uest Quote
Consolidated — Drained
Quote
ConwWabed — Undrained with Pore Pressure MepoxernIents
PAqk"-- Quote
GomAbbMiq Test
Sweu only
200 ea
Consoldetion wEx)L t Time Rate
340AWes
Co m1dation with Tine Rate load kcmnent additlonei
120.00 ea
LABORATORY
11iWmWAgfi1LT
Job Mix Formula QWumd Rabe for MWUMe JWs
CTM 202 Siwe Course 80
60. ea
CTM 202 Sbm Fide Am
.00 ea
CTM 200 Sieve Sara
140.00 ea
CTM 202 Batch Plant Gradation
50.00 ea
CTM 204 Inderal
125.00 ea
CRM 205 % Particles
200.00 es
CTM 206 Buck & Absor Coarse
70.00 ea
CTM 2D7 Bulk SDD Fne
90.00 ea
902 kWwtrlal Way, lodl U 95240 P.209.367.3M F:209333.BM
50 C�oldenWW M #100, Sacrame ft CA 95834 P91692B.A690 F936Sn A697
UPdoW:1/21/2024 5051 Cmirnerdal Cir, Unit 8, Concord CA 94520 P925.609.7224 F92SM9.6324
3of7
"004 NEIL O. ANDERSON
AN D ASSOCIATES
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
CTM 211 LA Rattler
CTM 214 Sodfum SuiFate Soundness Sieve
1S0. ea
CTM 217 Sand E
20.00/00,
CTM 226 Moisbire Content of ovexl i
50. ea
CTM 227 Ckswom Coarse Am
200. ea
CTM 229 OmbW Index
165. ea
LTM 234 - AASiTTt? T304 Rne Anguk&
200. ea
CTM 235 - ASTM D4791 Flat and Eloraftd Particles
200.00 ea
CTM 303 Kc & lff debminalim
300. ea
CTM 304 AC Smmle Pggeration
100.gea
CTM 304 AC Sample Preparation with Lime Treat
125.a
CTM 306 Bulk §M Gray Bit Moe Ceres and
50. ea
CTM 309 Theo SM Gay Bit Mix
165.OQfeo
CTM 366 Stablaneter Value Set of 3
310 - wee
CTM 370 Moisture Content of Bit: Mix by MkrWNM
50. ea
CTM 371 Tensile Sbmgth Ratio Lab Mix
1800. ea
CTM 371 Tensile Sbarolth Ratio Lab Mix with Lirrre Treat
2000. ea
CTM 371 Tendle Ratio Fleld Mix
1400. ea
CTM 362 193MM Furnace Asphat Content
160. ea
CTM 362 fwmace Calbratian U W new source
400.00 ea
CTM 362 I rdon Furnace Caul mUDn with lime
500. ea
LP -1 Theo Max SOG Mix wlh Dif AC Cora
150.00 ea
LP- 3 & 4 - HMA Volumeb ics VFA. DP Cakulations Report
100. ea
LP -10 Samoft and Tesft CRM
200. ea
AN I�MU AWAl
Marshal Mb(Dedgn
Rmumt:
ASTM D1599 Stabft & Flow
110.00 ea
ASTM D1075 Immersion & Compression Retained Sbwmldh
110. ea
ASM D2726 Unit Weight
60.00 ea
ASTM D2172 Extraction
300. ea
ASTM D2172 Ekbaction with Gradation
350.00 ea
ASTM D20441 D2172 Max. Speafic Grayty of Bftxrinous Moe.
150.00 ea
AdWAMM
ASTM CBS Sodium or Mmaneslum MtgE Soundness sieve she
150. ea
ASTM GTO In Matter
75. ea
ASTM C29 LMit MM
80.00 ea
CTM 212 Unit
80. ea
CTM 217 Sand EgulvaWt Test
120.ea
C120 SpKft Cvavgy. Fine
120.ea
C127 Spedfic Gmft Coarse
90.00 ea
Q35 Los kmWes Rattler Test 500 rrwolutiorrs
CTM 227 Cleanness Value C+aarSe
CTM 229 PwdMft Index: Rile & axm
165. ea
0142 Percent Rfable Partides
165.00 ea
Cal Trans II Agwegale Base CortF wnvmae Test MVft Gradation
695.00 ea
svixs
AUwtwg umllt 0018
125. ea
9021nduWbI Way, Wdl U 95240 111.209M7.3701 F:209.333MM
50 Goldenbnd CG A30Q Secamerlto G 95834 P9169284690 F916anA697
Updated: 1/21/2014 5051 Convnervial CK Unit 16 Concord CA 94570 P:925.609.7224 Fa925.609.6324
4of7
NEIL O. ANDERSON
AND'444 ASSOCIATES
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Faking Head
280.00 en
Specific Graylly Deterndnatim ASTM D854
90.00 ea
0136 Sieve Fine
115.00 ea
0136 Sieve An&
Mis Course
Wjifi 200 D1140
80.00 ea
ASTM D422
230.00 ea
LaftaAwy Metrd nwn DW PME&Rq2no magm avift t veiRmigam
4" mold AASHTO T99 ASTM DM
235.00 ea
6" amid AASHTO T99 ASTM DM
245.00 ea
4" mold AASHTO IM ASTM D1557
235.00 ea
6" mold AASHTO TIM ASTM D1557
245.00 ea
CTM 216 Relative CwmMa, Untreated and Treated Solis
220. ea
CTM 301 R-Vakie Untreated Samples
325.00 ea
C:TM 301 R Value Treated §lmft
325.00 ea
est
60. ea
Detem9nation Test
175.00 ea
and pH Test CTM 643
200.00 ea
Swell Test 1p! eu ASTM D4829
215.00 ea
CTM 373 Unconfined Compressiive Lime treated Spedmen
300.00/ea
Compres*e Sbuith Cement
300.00/ea
Com Lime
300 ea
on co -va
l3danI otion and Unem fined Oornff2gft SbwoqN
1600.00/m
RgEft Test ASTM D2166
Unconfined 92M
120.00 ea
A&4.r
Tests on Core Uldudes ASTM t',42
80.00 ea
ShmTesis Mmomy Core
145.00 ea
Conamedw Tesw liar' +d %awAlmoblaw
2MELembn Test Grout Molds
28. ea
QgErgft Test Mortar CdrNkw
28.00 ea
Compmssion 2'Se4 Qdhder Molds
8.00 ea
Com In Prism mortared &
1&5.00 ea
Cxxn3b &Ma LAS -%m pibe for mosftd
Compiession Test MwW Unit 8"i -xlV
185.00 ea
Mason Tests ASTM C140
106.00 ea
Masom Shrinkage ume
185.00 ea
Masonry Liltall with
260. ea
420.00 ea
C'OAXIMM
Cmaete Mix Design Review
200. eo
i Conalete MIX Design(using same matiwials
150.00 en
Crorgete Muc 2ftn with Trial Batch & Conaete Qdinder Tests
Remest Quote
Hoa• Hotness Testim
135.Whr
Floor Fbbms
450.00 ea
Unit
501.00791m
Test Concrete i xkws fsam ptv for mad
28. ea
Fkocural Sbength, Canerete Beams 6'k6W4 ASTM C78
125. ea
902 Industrial way, Lodi CA 95240 P:M.367.3701 F:M.333MM
50 Boiderkland Ct, 4200, Saaamento CA 95634 P9169234690 F916.9234697
Updafad:1/21/2014 5051 CAunn del Or, Urdt a, Concord CA 94SZO P:M.609.7224 F925.609.6324
5of7
"004 NEIL O. ANDERSON
A N D A S S O C I A T E S
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS a TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Motels 60ki2"
7.
ea
Cement Conteytt of Hardened Portland Cement Concrete ASTM CBS
Stvink Bar Testis 3 bars per set ASTM C157
420
set
Com Tests on Cbr+e indudes ASTM C42
80.
ea
C oldurin Chloride Moisture Test Kit Ondudes calwiaUm
80.
ea
SYMM AA.EM AS1r�E AAAPI
sbzxtlu1rwsWe1
ensile & Send Tests:
Re ftoornent Steel Tensle & Bend <5
135.
ee
Reinfvncelnetrt Steel Tensie & Bend 6 to 9
166.
ea
Relnfornerrlent Sbeel No. 10 and MM
mg-we—Q, PER
machining Dost
+2046
High-sbywith Soft, Nut & Washer Ion
350
set
Rockwell Hardness Test
70.
ea
HSB Torque Wrench Calibration
320.
ea
b4Atr omiffaum anld Kw A ac dkm
Weld Procedure QuaWbcaftm
750.
em
Welder Mention Plage Groove Weld -1G 3G 4G
pqWem
Weider 2019kadon Pi Groove Weld –1G 2G 5G 6G 6GR
22Sea
Welder QLalikadw Plate Fttet Weld – IF, 2F 3F 4F
75.
to
Welder Qgftstion Pipe Wet Weld –1F 2F 4F 5F
95.
ea
WPS Test Plate set
66
ea
WPS Test Pi get
85.00 ea
NON-DESTRUCTIVE TESUM
High amom BoltTesti
14D.
Butt PUMLOW Tesft
1 .
Rebar Pull T
i .
Gelft Wire Rd TesUng
140.
NDT GPR
150.
Pad�o Teter
140.WW
STANDARD POOL ENAINte'ER>lBIA SERVICES
Contractor Standard Shokyete & Reinforoement Detal Pian mrd Pod Plan"
1 .00 ea
& Deis
Sbm dwrd Plan indude 2 sheets of plan and qt kM2ns
350.W/es
Structural 22ft cormtoom
20.
ce
CMWL%m
W.Wee
Additional Pini Sheets
10.00/es
Pool Vendor RMjW Man
ZOD.
ea
Owner Builder Remodel Plan
500.
ea
Commercel Pod Plan
Requeaquote
1 S00 min
QnwrarkpWault Pod Plan
z000.
encs
Standard Swims Pool Detail
Z00
min
(istom Wming Pool DetaB
SOUQftdn
Standard PAWnkm Wali Design 30 inch mm*rojm ht
250.00 ea
902 Industrial Way, Lodl U 95240 P209.3673701 F:209.333a303
50 Goldanland Ct, 4100. Sa mmw to CA 95534 PS1632SA690 F91692BA697
I ipdalmd: 2/21/2014 5051 Commercial Or, tlrwt S. Conoord CA 94520 P:92S.609.7224 F.925XM6324
6of7
NEIL O. ANDERSON
AND'444 ASS O C I ATE S
902 Indll FJ@I Way. UWI CA 95240 P:209.367.3701 F:209.3334303
50 GoldwAvW Ct;, 8100, SKmmenW G 959H P916S28A696 F:916828A697
5051 Cannlel '" I Cir, Unit 9, Concord CA 94620 P:925SO.7224 FM5.609.6324
GEOTECHNICAL
ENVIRONMENTAL
INSPECTIONS • TESTING
LABORATORY SERVICES
POOL ENGINEERING
POST TENSION DESIGN
7of7
Niel O. Anderson Associates
Testing and Inspection Services
Water Meter Program Phase 4 and Nonresidential Metering Phase
D92 Shirt Rob
Total
210 $ 984.00
$
206 640.00
210 $ 972.00
$
204120.00
100 972.
9
97,200.00
Total Labor Estimate
$
507 960.00
Test Feiimate
$20,000.00
Tot�ri ConiNtct Eska
$527p960.001
02/05/2014
EXHIBIT C
The Contractor shag take out and maintain during the Us of this contract.
insurancecoveragess listed below. These insurance policies shall proted the Contractor and. any �itl,.sub ,tractor
performing this work covered by : from from darns for for damages for personal berry. km*Ang acckk 1 dd death, as
well as from clalms for property damages. which may arlse from Contractor's operations under Ids corrbact, whether
me h operations be by Comer or by any subcorthdoir or by anyone directly or Indirectly employed by either of
Owxk and the amount of such Insurance shall be as f ftm:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000.000 Ea. Occurrence
$2.000.000 Aggregate
2. CO,MPREHENSiVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - FA. 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 Lod shall provide ler a
claims period fogowiing lormina ion of coverage which is at least consistent vrrlh go claims period or statutes of
builatione toerhd in the CaaOfomiaa Tort Claims Act (Caltarnia Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LORI 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 the gZINLUat it is inswing.
A copy of the cerlificate of insurance with the following endorsements shall be fumished to the City:
(a) Additional Named froxed 9MUMWd
Such insurance as is afforded by this polcy shelf also apply to the City of Lod, its ekx9ed and appointed
Boards, Commissions, Officers, Agents. Employees, and Volunteers as additional named insureds.
(rhis endorsement shall be on a form furnished to the City and shall be included with Conbactors policies.)
(b) Primary Insurance Endorsement
Such insurance as is affiorded by the endorsemerrt for the Additional insureds shall appy as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shat be excess only and not
contributing with the Insurance afforded by this endorsement.
(c) Severability of interest Clause
The term "Woured" is used severally and not collectively, but the inclusion herein of more than one insured shag
not operate to increase the limit of the crompany's lability.
(d) MOM of QKMMW or OJ RIMI in Q2M= 6r1aseffli t
This policy may not be canceled nor In coverage reduced by the company w&KKA 30 days' prior written notice
of such cancellation or reducloon In coverage to to Risk Manger. Clfdl of Lodi, 221 W. Pine St, Lodi, CA
95240.
The Contractor shall tie out and maintain during the Ile of this oorehWow*
Compensator
Insurance for all of Contractor's ernpbyeee employed at the alta of the paoject and. If aunt' wank is
aerblst. Contractor staid Pup" the subconlroaWr similarly b provide Worker's Compeunsedon Insurance for ori of tits
cellules enrpkryees unless such employees are covered by the protection afforded by to Conlractoc In ease any
Nass of ernpbyass engaged in hazardous work under fhb cordract at the ske of the project is not ptotacted ,under tree
Workers Cannpemailon Stakde tae Contractor shall prwvids and shalt cause Beach vAconlracbr tri pro"
Insui ance far the prnteation of sold en Vbyees. This policy may not be canceled nor the oaveta ge mduced by to
wont any vrdthoert 30 days' prior vrrrTten notice of such cancellation or rsdubtan in coverage to In Risk M aneiger, CRY
of Lag. 221 W. Pineft, Lodi. CA 96240. A Waiver of &&Mn ton aaabst i m Civ of Lod b<ltSift
NOTE: No concord agreement will be signed nor will M work began on a project until the proper insurance certificate
is received by the City.
CITY OF LODI
Water Meter Program — Non -Residential Metering 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 TEICHERT 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 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)
Attachments
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.
City of Lodi (Revised 1-2-14) 1 2/12/2014
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
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 investigate, install, right -size and document approximately 752
water meter assemblies, and investigate and document only approximately 513 parcels,
including all other incidental and related work, in accordance with Plans and Specifications for
Water Meter Program - Non -Residential Metering.
CONTRACT ITEMS
Item
Qty
Unit
Unit Cost
TotalNo. .
J
1
Construction Notifications
1
LS1
$10,000.00
$10,000.00
2
Excavation Safety
1
LS
$5,000.00
$5,000.00
3
Storm Water Pollution Prevention Plan, and
Construction Site Monitoring and Reporting
Plan
1
LS
$5,000.00
$5,000.00
4
Investigation and Documentation for Non-
Metered Parcels
513
EA
$18.00
$9,234.00
5
Potholing
1
LS
$25,000.00
$25,000.00
Meter ins
6
Meter Installation — 3/a" Meter
700
EA
$100.00
$70,000.00
7
Meter Installation — 1" Meter
22
EA
$150.00
$3,300.00
8
Meter Installation — 1 '/" Meter
10
EA
$200.00
$2,000.00
9
Meter Installation — 2" Meter
10
EA
$210.00
$2,100.00
10
Meter Installation — 3 " Meter
10
EA
$220.00
$2,200.00
11
Construct 1 -inch Water Service Tap
15
EA
$415.00
$6,225.00
12
Construct 1.5 -inch Water Service Tap
5
EA
$615.00
$3,075.00
13
Construct 2 -inch Water Service Tap
5
EA
$660.00
$3,300.00
14
Construct 3 -inch Water Service Tap
5
EA
$1,700.00
$8,500.00
15
Construct 1 -inch Service Line
100
LF
$75.00
$7,500.00
16
Construct 1.5 -inch Service Line
100
LF
$76.00
$7,600.00
17
Construct 2 -inch Service Line
100
LF
$78.00
$7,800.00
18
Construct 3 -inch Service Line
100
LF
$80.00
$8,000.00
19
Provide 1" Angle Meter Stop Valve
1,444
EA
$120.00
$173,280.00
20
Provide 1.5" Angle Meter Stop Valve
20 11EA
$350.00
$7,000.00
21
Provide 2" Angle Meter Stop Valve
20 1
EA
$400.00
$8,000.00
City of Lodi (Revised 1-2-14) 2 2/12/2014
No.
22
Item
Provide 3" Gate Valve Meter Stop
QtY
Unit
Unit Cost
$500.00
Total.
$5,000.00
10
EA
23
Construct 1 -inch Customer Line
50
LF
$75.00
$3,750.00
24
Construct 1.5 -inch Customer Line
50
LF
$78.00
$3,900.00
25
Construct 2 -inch Customer Line
50
LF
$80.00
$4,000.00
26
1 Construct 3 -inch Customer Line
50
LF
$85.00
$4,250.00
27
Provide Standard Plan 403 Meter Box and Lid
722
EA
$315.00
$227,430.00
28
Provide Standard Plan 412 Meter Box and Lid
20
EA
$550.00
$11,000.00
29
Provide Standard Plan 406 Meter Box and Lid
10
EA
$900.00
$9,000.00
30
Replace Meter Box Lid with Composite Lid
Standard Plan 403
20
EA
$90.00
$1,800.00
31
Replace Meter Box Lid with Composite Lid
Standard Plan 412
10
EA
$130.00
$1,300.00
32
Replace Meter Box Lid with Composite Lid
Standard Plan 406
5
EA
$330.00
$1,650.00
33
Upgrade Meter Box Lid for Lid -Mounted ERT
Standard Plan 403, 412 and 406
20
EA
$200.00
$4,000.00
34
Upgrade to Traffic Rated Meter Box and Lid
Standard Plan 403, 412 and 406
10
EA
$400.00
$4,000.00
35
Construct Remote Mounted E/RT
10
EA
$1,100.00
$11,000.00
36
Excavate Existing Corporation Stop and Isolate
Service
30
EA
$400.00
$12,000.00
37
Abandon Existing Service
30
EA
$125.00
$3,750.00
38
Construct Additional Concrete Surface
Restoration
1,000
SF
$40.00
$40,000.00
39
Export/Import Fill
100
CY
$70.00
$7,000.00
40
Mobilization / Demobilization
1
LS
$24,600.00
$24,600.00
41
All Other Items
1
LS
$500.00
$500.0�0y
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.
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 100
CALENDAR DAYS.
City of Lodi (Revised 1-2-14) 3 2/12/2014
This Agreement provides for liquidated damages in the amount of $2,500 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:
D. Stephen Schwabauer
Interim City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
Randi Johl-Olson
City Clerk
Approved As To Form
Janice D. Magdich
Interim City Attorney
City of Lodi (Revised 1-2-14) 4 2/12/2014
1. AA#
2. JV#
Deputy City Managedintemal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A.
SOURCE OF
FINANCING
181 3205 Fund Balance 4,514,643.00
B.
USE OF
FINANCING
181 181467 1825.2150 Water Meter Program Phase 4 4,514,643.00
Deputy City Managedintemal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2014-35
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING THE CONTRACTS AND AUTHORIZING THE
INTERIM CITY MANAGER TO EXECUTE AGREEMENTS
FOR THE WATER METER PROGRAM PHASE 4
PROJECT AND FURTHER APPROPRIATING FUNDS
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 6,
2014, at 11:00 a.m., for Water Meter Program Phase 4, described in the plans and
specifications therefore approved by the City Council on December 18, 2013; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder Bid
Teichert Construction $3,645,238.00
Knife River Construction $3,686,067.00
MCI Engineering $5,122,822.50
Vulcan Construction & Maintenance, Inc. $5,316,504.00
Sanco Pipelines, Inc. $6,367,345.00
Spiess Construction Company, Inc. $7,072,175.00
WHEREAS, staff recommends awarding the contract for Water Meter Program
Phase 4 to the low bidder, Teichert Construction, of Davis, California, in the amount of
$3,645,238; and
WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek,
perform engineering services during construction. This is a time -and -materials contract
with a not -to -exceed maximum of $46,445; and
WHEREAS, staff recommends Neil O. Anderson and Associates, of Lodi,
perform construction testing and inspection services for this project, for a total contract
amount of $527,960; and
WHEREAS, staff recommends appropriation of $4,514,643 from the Water
Capital Fund to cover the cost of construction, construction administration services,
Public Works Engineering staff, and contingency.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
award the construction contract for Water Meter Program Phase 4 to the low bidder,
Teichert Construction, of Davis, California, in the amount of $3,645,238; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby approve
Task Order No. 6 to the Master Professional Services Agreement with RMC Water and
Environment, of Walnut Creek, California, to provide engineering services during
construction on a time -and -materials basis, in an amount not to exceed $46,445; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the
contract for construction testing and inspection services to Neil O. Anderson and
Associates, of Lodi, California, in the amount of $527,960; and
BE IT FURTHER RESOLVED that the Interim City Manager is hereby authorized
to execute the agreements; and
BE IT FURTHER RESOLVED that funds in the amount of $4,514,643 be
appropriated from the Water Capital Fund for this project.
Dated: March 19, 2014
I hereby certify that Resolution No. 2014-35 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 19, 2014, by the following
vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Mounce, Nakanishi, and
Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
ANCA HL-OLSON
City Clerk
2014-35
CITY COUNCIL
PHIL KATZAKIAN, Mayor
LARRY D. HANSEN,
Mayor Pro Tempore
BOB JOHNSON
JOANNE L. MOUNCE
ALAN NAKANISHI
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:Nlwww.lodi.gov
March 13, 2014
RMC Water and Environment
Attn: Tony Valdivia
2001 N. Main Street, Ste. 400
Walnut Creek, CA 94596
Teichert Construction
P.O. Bax 1890
Davis, CA 95617
STEPHEN SCHWABAUER
Interim City Manager
RANDI JOHL-OLSON
City Clerk
JANICE D. MAGDICH
Interim City Attorney
F. WALLY SANDELIN
Public Works Director
Neil O. Anderson and Associates
902 industrial Way
Lodi, CA 95240
Knife River Construction
655 W. Clay Street
Stockton, CA 95206-1722
SUBJECT: Adopt Resolution Authorizing Interim City Manager to Execute Agreements with
the Following Entities for the Water Meter Program Phase 4 and Non -Residential
Meter Projects and Appropriating Funds ($4,514,643): A) Awarding Phase 4
Water Meter Installation Contract to Teichert Construction, of Davis ($3,645,238);
B) Task Order No. 6 with RMC Water and Environment, of Walnut Creek, for
Engineering Services During Construction ($46,445); and C) Neil O. Anderson and
Associates, of Lodi, for Construction Testing and Inspection Services ($527,960)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 19, 2014. 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) 333-6709.
7".
F. Wally Sandelin
-Gr Public Works Director
FWS/pmf
Enclosure
CC. City Clerk
NCAWARD.DOC