Loading...
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