HomeMy WebLinkAboutAgenda Report - March 4, 2015 C-08C'... 8
(i)
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 5 and Appropriating Funds
($3,400,707):
A. Knife River Construction, of Stockton, for Construction ($2,778,225)
B. RMC Water and Environment, of Walnut Creek, Task Order No. 7 for
Engineering Services During Construction ($37,482)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing
and Inspection Services ($250,000)
D. Henderson Bros. Company, Inc., of Lodi, for On -Call Residential
Plumbing Services ($40,000)
MEETING DATE: March 4, 2015
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute
agreements with the following entities for the Water Meter
Program Phase 5 and appropriating funds in the amount of
$3,400,707:
A. Knife River Construction, of Stockton, for construction in the amount of $2,778,225.
B. RMC Water and Environment, of Walnut Creek, Task Order No. 7 for engineering services
during construction in the amount of $37,482.
C. Neil O. Anderson and Associates, of Lodi, for construction testing and inspection services in
the amount of $250,000.
D. Henderson Bros. Company, Inc., of Lodi, for on-call residential plumbing services in the
amount of $40,000.
BACKGROUND INFORMATION: At the May 2, 2007 City Council meeting, the Water Meter
Retrofit Policy was adopted. The primary objectives of the Water
Meter Retrofit Policy were to accelerate the installation of
residential water meters and shorten the time period during which customers would be paying for
water on a flat rate versus on usage.
A. Phase 5 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 5 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.
APPROVED
Stephen cftwabauer, City Manager
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\CAward.doc
2/18/2015
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program
Phase 5 and Appropriating Funds ($3,400,707):
A. Knife River Construction, of Stockton, for Construction ($2,778,225)
B. RMC Water and Environment, of Walnut Creek, Task Order No. 7 for Engineering Services During
Construction ($37,482)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($250,000)
D. Henderson Bros. Company, Inc., of Lodi, for On -Call Residential Plumbing Services ($40,000)
March 4, 2015
Page 2
Plans and specifications for this project were approved on December 17, 2014. The City received
four bids for the project on February 12, 2015 that are summarized below:
Engineer's Estimate
Knife River Construction
Teichert Construction
West Valley Const. Co Inc.
Northern Underground
B. Engineering Services During Construction
$3,277,210.00
Stockton
$2,778,225.00
Davis
$2,841,842.00
San Jose
$3,398,398.00
San Jose
$4,926,855.00
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 5 Project. This is Task Order No. 7 to the Master Professional Services
Agreement and is a time -and -materials contract with a not -to -exceed maximum of $37,482. Task
Order No. 7 is provided as Attachment B.
C. Construction Testing and Inspection Services
Staff recommends Neil O. Anderson, of Lodi, perform construction testing and inspection services for
the Phase 5 Project. Neil O. Anderson will provide two inspectors who will work under the direction and
supervision of the City Construction Project Manager to provide quality control inspection and
documentation of the daily work activities to insure compliance with contract requirements. The
number of inspectors may need to be adjusted, dependent on the contractor's work schedule. The total
contract amount is $250,000 and the agreement is provided as Attachment C.
D. On -Call Residential Plumbing Services for Water Meter Program Phase 5
Staff recommends Henderson Bros. Company, Inc. of Lodi, perform on-call residential plumbing
services related to the cleaning, adjustment, modification, or re -configuration of privately owned
plumbing fixtures and lines to mitigate changes in pressure and delivery associated with the relocation
of the point of service for City water from the rear to the front of the residence. Past meter phases have
used similar services that resulted in timely, complete and cost effective corrective measures for our
customers. The total contract amount is $40,000 and the agreement is provided as Attachment D.
Appropriation
The total project appropriation is $3,400,707 and includes the contracts described above, Public Works
Engineering staff costs and contingency, as summarized below.
Budget Item
Construction Contract
Amount _
$2,778,225
RMC Construction Management
$37,482
Neil O. Anderson and Associates
$250,000
Henderson Bros. Company, Inc.
$40,000
Public Works Engineering
$45,000
Total
$3,150,707
Project Contingency
$250,000
Project Total Budget
$3,400,707
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\CAward.doc 2/23/2015
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program
Phase 5 and Appropriating Funds ($3,400,707):
A. Knife River Construction, of Stockton, for Construction ($2,778,225)
B. RMC Water and Environment, of Walnut Creek, Task Order No. 7 for Engineering Services During
Construction ($37,482)
C. Neil O. Anderson and Associates, of Lodi, for Construction Testing and Inspection Services ($250,000)
D. Henderson Bros. Company, Inc., of Lodi, for On -Call Residential Plumbing Services ($40,000)
March 4, 2015
Page 3
FISCAL IMPACT: Water main leak and service repairs will be reduced. Costs for reading
the meters will reduce, as they will be automatically read by the fixed
network.
FUNDING AVAILABLE. Requested Appropriation:
Water Capital Fund (561): $3,400,707.
Jordan Ayers
Deputy City Manager/Inter al Services Director
FWS/GW/smh
Attachments
cc: Lance Roberts, Utility Superintendent
Tony Valdivia, RMC Water and Environment
River Construction
A�)I/lAt-) , , -/ 112�
F. Wally ndelin
Public Works Director
Gary Wiman, Construction Project Manager
Neil O. Anderson and Associates Knife
Henderson Bros. Company, Inc.
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase MCAward.doc 2/18/2015
L
IZ—
"
U
FFIaNA
City of Lodi WMP
u
Phase . 1�F�
•�J!J1111�1111� ININ�11� ���HI��N= � � � :
11Lill ■alp• ► �� ai��f '
� � N1 � ■ �� ��IIR =; �
MARIPOSA
LOCUS
F- (3 P
O
� Q
z
LU
—TI I a
COSTA
— L KEFORD
CARLO z
z
TLU
Q ��
�HUI
INE
Z
OAK cf)MTT-
I�
LL -
w
w z WALNUT
� w �-
WAL UT �
z z
Ln w Q _ ---� - J Q
z
0 U w
U O z_
w
11�31- J
z
ESTN Tff� 2
0 625 1,250 2,500
Feet Phase 5 Replacement Mains Phase 5 Construction Area
City of Lodi Water Meter Program
Task Order No. 7
Phase 5 Meter Installation and Main Replacement Project
Engineering Services During Construction
Exhibit A - Detailed Scope of Work
The City of Lodi (City) Water Meter Program (WMP) Phase 5 Meter Installation and Main Replacement
Project consists of the construction/installation of the following:
• Approximately 16,400 lineal feet of water main to replace existing, undersized mains located in
backyard easements.
• Approximately 895 residential water meters and related water service improvements.
This Scope of Work (SOW) for engineering services during construction (ESDC) associated with the City's
WMP Phase 5 project includes two 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 5 of 210 calendar days (approximately 147 working days or 30
weeks), extending from April 2015 to November 2015. 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 Tony Valdivia (Design Project
Manager) and supported by the WMP Phase 5 design team of Ryan Doyle (Project Engineer) and Victor
Alaniz (CAD Production).
Phase/Duration: Entire Contract Period; April - November 2015. Phase 5 Record Drawings will be
completed within 2 months following delivery of City approved construction contractor as -built markups
to RMC.
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.
nPli%/PrnhIPC'
• Written submittal review comments and action recommendation (e.g. Make Corrections
Phase 5 Meter Installation and Main Replacement 1 January 8, 2015
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 7
Noted) on City standard form.
Task 1.2 — Clarifications and RFI Responses
Consultant will provide technical responses to City and contractor requests for information
(RFls), and prepare written Contract Document Clarifications (CDCs) to clarify requirements of
the work, and provide technical support to resolve field issues and conflicts. Consultant will
respond to RFls and clarification requests as 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 5 Record Drawings
Consultant will prepare record drawings from the contractor's complete as -built WMP Phase 5
drawings, after review and approval of the contractor's as -built markups by the City.
Assumptions:
• The City will be responsible for reviewing the Contractor's as -built drawings monthly
and preparing comments to the Contractor's submitted as -built drawings.
• Contractor as -built markups will be of sufficient content and quality for implementing
into design CAD files
f)PII\/PrnhIPc-
• Electronic: One PDF file set of drawings and the specifications, and one set of AutoCAD
files
Task 2: 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. Tony Valdivia will lead this task.
Phase/Duration: Entire Contract Period; April - November 2015.
Assumptions.
• Management activities over a 7 month construction duration
r)PIIVPrnhIPc-
• Monthly invoices and progress reports
Phase 5 Meter Installation and Main Replacement 2 January 8, 2015
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 7
RMC WATER AND ENVIRONMENT
*i Dat
Phase 5 Meter Installation and Main Replacement
Engineering Services During Construction
CITY OF LODI
STEPHEN SCHWABAUER
City Manager
Date
ATTEST:
JENNIFER M. ROBISON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH
City Attorney
January 8, 2015
EXHIBIT B
Fee Estimate
RMC
water and cnvir0nmcrlT
City of Lodi - Water Meter Program Phase 5 Meter Installation and Main Replacement
Engineering Services During Construction
Fee Estimate
1 The individual hourly rates include salary, overhead and profit.
2 Subconsultants will be billed at actual cost plus 10%-
3
0%.3. Other direct costs (ODCs) such as reproduction, delivery, mileage (rates will be those allowed by current IRS guidelines), and travel expenses, will be billed at actual cost plus 10%,
4. RMC reserves the right to adjust its hourly rate structure and ODC markup at the beginning of the calendar year for all ongoing contracts,
1/7/2015
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 12015,
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 5 Meter Installation and Main Replacement Project (hereinafter
"Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on March 1, 2015 and terminates upon
the completion of the Scope of Services or on December 31, 2015, whichever occurs
first.
VJ
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: 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
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M. ROBISON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
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: 56199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2015\Neil O Anderson Water Meter Phase 5.doc
CA:Rev.07.2014
8
Water Meter Program Phase 5 Meter Installation and Main Replacement Project
Neil O. Anderson and Associates
Scope of Services
Provide two (2) fulltime inspectors for the Water Meter Program Phase 4 Meter Installation and Main Replacement
Project to assist and report to the Construction Project Manager.
Inspectors shall be approved by the City and are expected to have prior experience in public works construction,
engineering, surveying, or a related field. Inspectors shall not be changed except as requested or approved by the
City.
Duties Include:
1. Inspect and monitor public works construction and maintenance projects for conformance to codes,
standards, specifications, and regulations. Reviews plans, conducts tests, and conducts field inspection.
2. Prepares and keeps up-to-date daily job status reports.
3. Confers with the Construction Manager on plans and specifications; discusses plans and field work with
engineering technicians and field crews.
4. Confers with contractors, supervisors, foreman, workmen, and other private sector individuals.
5. Uses and calibrates the nuclear compaction gauge.
Knowledge of:
1. Construction materials, methods, equipment and techniques for basis public works projects. Specifically
water utilities.
2. Basic construction materials testing methods and procedures.
3. Basic math.
4. Principles of construction administrations.
Ability to:
5. Learn the principles, practices, and techniques of advanced public works inspection.
6. Read and interpret public works and architectural construction plans and specifications.
7. Inspect basic public works and related construction projects to determine compliance with approved plans
and specifications.
8. Interpret City/State laws, rules, and regulations.
9. Maintain records and prepare accurate written reports.
10. Establish and maintain cooperative working relationships with the public, contractors, and city employees.
General:
11. Other project related duties as requested by the City.
2/5/2013
NEILO-ANDERSON
'00,04 AN D ASSOCIATES
All-effciCOil COMPANY
January 6, 2015
Via Email: gwiman(aD-lodi.gov
Attn: Mr. Gary Wiman
Construction Project Manager
City of Lodi
221 W. Pine Street
Lodi, CA 95240
Subject: Proposal for Special Inspection Services
Lodi Water Meter Phase 5
Various Locations
Lodi, California
Dear Mr. Wiman:
Thank you for the opportunity to submit the attached perposal to provide construction
special inspection servies for the subject project.
Additional services requested beyond what is outlined in the attached proposal will be
invoiced per our attached standard fee schedule.
Time shall be billed from portal to portal. Weekends and holidays will be charged in 4 and
8 hour increments. Overtime and double time, if any, will be applied per California Labor
law.
We can begin services upon receipt of a purchase order. If you have questions, please
feel free to contact Troy Schiess at (209) 367-3701 or email
troy. schiess(aD-noanderson.com.
Sincerely,
NEIL O. ANDERSON & ASSOC., INC.
Troy M. Schiess, PE 71404
Associate Project Manager
Lodi • Sacramento • Concord
Phone: 209.367.3701 • Fax: 209.333.8303 • www.noanderson.com
902 Industrial Way, Lodi, CA 95240
Lodi Water Meter Project, Phase 5
January 6, 2015
Page 2
Lodi Water Meter Phase 5
December 4, 2014
Service
Rate
Lead Pro'ect Inspector — Regular Time 8 -hr shift
$992.00/shift
Lead Project Inspector — Overtime
$160.00/hr
Lead Project Inspector — Double-time
$196.00/hr
Building/Construction Inspector —Regular Time (8 -hr shift)
$954.00/shift
Building/Construction Inspector — Overtime
Building/Construction Inspector — Double-time
$153.00/hr
$186.001hr
• Overtime and Double-time rates will be applied per the California Labor law
• The above rates are based on the State mandated prevailing wage increase as of $1.60/hour which was
effective July 1, 2014.
AMOUNT NOT TO EXCEED $250,000
02015 Neil O. Anderson & Associates, A Terracon Company
'A4 NEIL 0. ANDERSON
A N D A S S O C I A T E S
2015 SCHEDULE OF FEES
TERMS OF PAYMENT AND CHARGES
TERMS OF PAYMENT
Alrerracon COMPANY
Payment of invoices is due upon receipt. Invoices will 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 fees
assessed to your account.
MISCELLANEOUS CHARGES
All 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 testing or a trip fee 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 increments with a 4 hour minimum. 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 times the hourly
rate. Two times the hourly rate will be charged for Holidays, Sundays and for Saturdays after 8 hours.
*Overtime and Double time rates will be applied per the California labor law.
PREMIUM TIME
An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm.
PREVAILING WAGE
In accordance with California 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.
INSURANCE
Neil O. Anderson & Associates, Inc. carries coverage in excess of all insurance required by law. Additional costs
for extra insurance certificates, co-insurance endorsements, or additional insurance or bonds will be charged to
the client at cost plus 20%.
New clients may be subject to payment prior to receipt of report. All clients may be subject to a prepayment
before initializing our work.
This fee schedule may be changed without notice.
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
Iof7
NEIL O. ANDERSON
AND'0004 ASSOC I A T E S
A -am-13n COMPANY
2015 SCHEDULE OF FEES
(FOR CUSTOMER REF ONLY)
ENGINEERING SERVICES
Senior Principal Engineer
250.00/hr
Principal Engineer/Geologist
225.00/hr
Associate Engineer/Geologist
185.00/hr
Senior Engineer / Geologist / Scientist
170.00/hr
Project Engineer / Geologist/ Scientist
160.00/hr
Staff Engineer / Geologist / Scientist
135.00/hr
Expert Consulting
275.00/hr
Expert Testimony
495.00/hr
Asphalt Concrete Consultin
145.00/hr
ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Past Tension,
Fireproofing)
85.00/hr
AC/Soils Inspector with Nuclear Gauge
89.00/hr
Certified Field/Shop Welding Inspector AWS/CWI
100.00/hr
DSA Masonry Inspector
100.00/hr
CAD Designer
95.00/hr
CAD Drafter
80.00/hr
Accountant
95.00/hr
Administrative Assistant
60.00/hr
HOT MIX ASPHALT HMA SERVICES
HMA Placement Inspector
98.00/hr
HMA Density Process Control
92.00/hr
HMA Densi Cores
110.00/hr
HMA Data Cores
110.00/hr
HMA Production Inspector
92.00/hr
HMA Design Review
200.00/ea
Lead Project Inspector
Request Quote
Building/Con ruction Project Inspector
Request Quote
Caltrans Certified Laboratory Technician
92.00/hr
CTM125 Sample H Material
92.00/hr
Quality Control Manager
175.00/hr
Quality Control Plan
800.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 11)-31), Seismic Source DAQlink III, 24 Channel Acquisition System, 2 man
crew
280.00/hr
Multi -Channel Analysis of u ace Waves 1D -3D, Seismic Source DAQlink 11 1, 24 C anne
Acquisition System, 2 man crew
280.00/hr
Ground Penetrating Radar, special antennas may warrant additional charge
225.00/hr
In-situ Soil Resistivity Testing, Mini -res tester
170.00/hr
Post Processing and Analysis
160.00/hr
DRILLING
Drilling and Sampling (AMS and Simco track rigs, 2 -person crew)
245.00/hr
Drilling and Sampling (Simco 2400, Mobile B24 drill rig, Minute Man, 2 person crew)
225.00/hr
Drilling and Sampling (CME75 Auger)
285.00/hr
Drilling and Sampling (CME75 Mud Rotary w/desander)
325.00/hr
Drilling and Sampling (CME75 Rock Coring)
Request Quote
902 Industrial Way, Lodi CA 95240 P209.3673701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
2of7
'044 NEIL O. ANDERSON
A N D A S S O C I A T E S
A iierra t 1 COMPANY
Borehole Grouting
285.00/hr
Hand -Auger Soil Sample (1 -person Crew)
135.00/hr
Coring 1 Man Crew w/o Trailer
(Quote will be given Upon reguest for second operator)
145.00/hr
Coring 1 Man Crew w rai er
(Quote will be given upon request for second operator)
165.00/hr
Bit Charges per 6" max core length, 4" max core diameter
34.00ifea-
Support Truck not including mileage 500 gallon water tank
250.00/day
2"x6" Stainless -Steel Tubes and Caps, re tied
10.00/each
Permitting Fees
Cost + 20%
Bailers (disposable)
10.00/ea
Sampling Supplies loves, water, rope, etc.
25.00/day
Photo -ionization Detector PID
125.00/day
Water Level Indicator
30.00/day
h/Conductivi /Tem Meter
50.00/day
Dissolved Oxygen Meter
50.00/day
Steam Cleaner
100.00/day
Cement Pump and Mixer
100.00/day
Drums
75.00/ea
Drilling Supplies
Cost + 20%
Laboratory Analysis
Cost + 20%
GEOTECHNICAL SOILS AND AGGREGATES
Direct Shear Test.
Unconsolidated — Undrained
140.00/ int
Consolidated — Undrained
165.00/ int
Consolidated — Drained
185.00/point
Triaxial Com ression Test
Unconsolidated Undrained Triax D2850
185.00/ int
Consolidated Undrained Triax D4767
Reguest Quote
Consolidated — Drained
Request Quote
Consolidated — Undrained with Pore Pressure Measurements
Request Quote
Consolidation Test.,
Swell Only_200.00/ea
Consolidation without Time Rate
340.00/ea
Consolidation with Time Rate, per load increment additional charge)
120.00/ea
LABORATORY
HOT MIX ASPHALT HMA
Job Mix Formula Reduced Rate for Multiple JMF'S
Request quote
CTM 202 Sieve Course Agg
60.00 ea
CTM 202 Sieve Fine A g
85.00/ea
CTM 202 Sieve Ignition Sample
140.00/ea
CTM 202 Batch Plant Gradation Report
50.00/ea
CTM 204 Plastici Index
125.00/ea
CTM 205 Determining % Crushed Particles
200.00/ea
CTM 206 Bulk 5 G & Absor Coarse Agg
70.00/ea
CTM 207 Bulk S G SDD Fine Agg
90.00/ea
CTM 211 LA Rattler
Request Quote
CTM 214 Sodium Sulfate Soundness r Sieve
150.00/ea
CTM 217 Sand Equivalent
120.00/ea
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
3of7
'.44NEIL 0. ANDERSON
A N D A S S O C I A T E S
A11eii7e mn COMPANY
CTM 226 Moisture Content of Aggregates b oven drying
50.00/ea
CTM 227 Cleanness Coarse Agg
200.00/ea
CTM 229 Durability Index
165.00/ea
CTM 234 - AASHTO T304 Fine An ulari
200.00/ea
CTM 235 - ASTM D4791 Flat and Elongated Particles
200.00/ea
CTM 303 Kc & Kf determination
300.00/ea
CTM 304 AC Sample Preparation
100.00/ea
CTM 304 AC Sample Pre aration with Lime Treat
125.00/ea
CTM 308 Bulk Spec Grav Bit Mix Cores and Briquettes)
50.00/ea
CTM 309 Theo Spec Gav Bit Mix
165.00/ea
CTM 366 Stabilometer Value Set of 3
310.00/ea
CTM 370 Moisture Content of Bit. Mix by Microwave
50.00/ea
CTM 371 Tensile Strength Ratio Lab Mix
1,800.00/ea
CTM 371 Tensile Strength Ratio Lab Mix with Lime Treat
2,000.00/ea
CTM 371 Tensile Strength Ratio Field Mix
1,400.00/ea
CTM 382 Ignition Furnace Asphalt Content
160.00/ea
CTM 382 Ignition Furnace Calibration 1 per new source
400.00/ea
CTM 382 Ignition Furnace Calibration with lime
500.00/ea
LP -1 Theo Max SpG Mix with Dif AC Cont
150.00/ea
LP -2, 3, & 4 - HMA Volumetrics VMA, VFA, DP Calculations Report
100.00/ea
LP -10 Sampling and Testing CRM
200.00/ea
ASTM D2974 Organic Matter
80.00/ea
ASTM D5334 Thermal Resistivity
600.00/ea
MARSHALL MIX DESIGN
Marshall Mix Design
Request Quote
ASTM D1559 Stability & Flow
110.00/ea
ASTM D1075 Immersion & Compression Retained Strength
110.00/ea
ASTM D2726 Unit Weight
60.00/ea
ASTM D2172 Extraction
300.00/ea
ASTM D2172 Extraction with Gradation
350.00/ea
ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mix.
150.00/ea
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (1per sieve size)
150.00/ea
ASTM C40 Injurious Impurity Matter
75.00/ea
ASTM C29 Unit Weight (aggregate)
80.00/ea
CTM 212 Unit Weight (aggregates)
80.00/ea
CTM 217 Sand Equivalent Test
120.00/ea
C128 Specific Gravity, Fine
120.00/ea
C127 Specific Grad , Coarse
90.00/ea
C535 Los Angeles Rattler Test 500 revolutions)
Request Quote
CTM 227 Cleanness Value Coarse Aggregate
200.00/ea
CTM 229 Durability Index: Fine & Coarse Aggregate
165.00/ea
C142 Percent Friable Particles
165.00/ea
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability)
695.00/ea
SOILS
Atterberg Limit D4318
125.00/ea
Permeability Falling Head
280.00/e5
Specific Gravity Determination ASTM D854
90.00/ea
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
4of7
'444 NEIL O. ANDERSON
A N D A S S O C I A T E S
A it COMPANY
C136 Sieve Analysis Fine
115.00/ea
C136 Sieve Analysis Course
Wash 200 D1140
80.00/ea
Hydrometer ASTM D422
230.00/ea
Laboratory Maximum Dry DensitylOptimum Moisture Content Determination
4" mold AASHTO T99, ASTM D698
235.00/ea
6" mold AASHTO T99, ASTM D698
245.00/ea
4" mold AASHTO T180, ASTM D1557
235.00/ea
6" mold AASHTO T180, ASTM D1557
245.00/ea
CTM 216 Relative Compaction, Untreated and Treated Soils
220.00/ea
CTM 301 R -Value Untreated Samples
325.00/ea
CTM 301 R -Value Treated Samples
325.00/ea
pH Test
60.00/ea
pH -Lime Determination Test
175.00/ea
Resistivity and pH Test CTM 643
200.00/ea
Swell Test (Expansion index) ASTM D4829
215.00/ea
CTM 373 Unconfined Compressive Lime treated Specimen
300.00/ea
Compressive Strength Cement
300.00/ea
Compressive Strength Lime
300.00/ea
Percent Lime/Cement Design, based on compressive strength inc u es R -value, pH Lime
Determination and Unconfined Compressive Strength)
1600.00/ea
Unconfined Compression Test ASTM D2166
120.00/ea
MASONRY 6RICKIBLOCIf/TTLE
Compression Tests on Core Specimens includes re ASTM C42
80.00/ea
Shear Tests Masonry Core
145.00/ea
Comression Tests: Same rice for untested "hold" specimens
Compression Test Grout Molds
28.00/ea
Compression Test Mortar Cylinder
28.00/ea
Compression 2"x4" C linder Molds
8.00/ea
Compression Masonry Prism 2 -block, mortared & routed
185.00/ea
Concrete Masonry Unit: same price for untested "hold",pimens
Compression Test Masonry Unit 8"xBN16"
185.00/ea
Masonry Absorption Tests ASTM C140
105.00/ea
Masan Shrinkage Volume Chane
185.00/ea
Masonry Lineal Shrinkage with Absorption
260.00/ea
Masonry Shrinkage with Absorption and Compression
420.00/ea
CONCRETE
Concrete Mix Design Review
200.00/ea
Additional Concrete Mix Design(using same materials
150.00/ea
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Request Quote
Floor Flatness Testing
135.00/hr
Floor Flatness Report
450.00/ea
Unit Weight Fireproofing
50.00/ea
Compression Test Concrete Cylinders same price for untested "hold" specimens)
28.00/ea
Flexural Strength, Concrete Beams 6"x6"x24 ASTM C78
125.00/ea
Cylinder Molds 6"x12"
7.00/ea
Cement Content of Hardened Portland Cement Concrete ASTM C85
Request Quote
Shrink Bar Testing 3 bars per set ASTM C157
420.00/set
Compression Tests on Core S ecimens includes prepj ASTM C42
80.00/ea
902 Industrial Way, Lodi CA 9524013:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 9583413:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
5of7
'4044 NEIL O. ANDERSON
A N D A S S O C I A T E S
Alrerracon COMPANY
Calcium Chloride Moisture Test Kit Qncludes calculations
80.00/ea
STEEL AWS/ASTM/ASME/ANSI/API
Structural Steel
Tensile & Bend Tests:
Reinforcement Steel Tensile & Bend <5
135.00/ea
Reinforcement Steel Tensile & Bend 6 to 9
165.00/ea
Reinforcement Steel No. 10 and larger
ea, plus
machining cost
+20%
High-strength Balt, Nut & Washer Testing
350.00/set
Rockwell Hardness Test
70.00/ea
HSB Torque Wrench Calibration
320.00/ea
Welder Qualification and Weld Procedure Qualifications:
Weld Procedure Qualifications
750.00/ea
Welder Qualification Plate Groove Weld- 1G 2G 3G, 413
130.00/ea
Welder gualification P# a Groove Weld — 1G 2G, 5G, 6G 6GR
225.00 ea
Welder Qualification Plate Fillet Weld — 1F, 2F 3F, 4F
75.00/ea
Welder Qualification Pipe Fillet Weld — IF, 2F, 4F, 5F
95.00/ea
WPS Test Plate set
65.00/ea
WPS Test Pi set
85.00/ea
NON-DESTRUCTIVE TESTING
High Strength Bolt HSB Testing
140.00/hr
Bolt Pull/Load Testing
140.00/hr
Rebar Pull Testing
140.00/hr
Ceilinq Wire Pull Testin2
140.00/hr
NDT GPR
160.00/hr
Pachometer
140.00/hr
STANDARD POOL ENGINEERING SERVICES
The fees guoted include res onse to plan check.
Remodel Plan (Engineer site visit may be required]
800.00/min
Remodel Pool Plan typical in -ground) [Engineer excavation inspection required]
800.00/min
Residential Pool Plan (drilled piers) [Geotechnical investigation report required]
Request Quote
3,100.00/min
Commerical Pool Plan (typical in -ground) [Geotechnical invesitation report required]
Request Quote
1,500.00/min
Commerical Pool Plan (drilled pier) [Geotechnical investigation report required]
Request Quote
3,500.00/min
Commerical/Vault Pool Plan
Request uote
2,000.00/min
On -Site Steel and/or Excavation Observation
400.00/min
Custom Swimming Pool Detail
500.00/min
Custom Retaining Wall Design 1 hei ht
500.00/min
Additional Heights
200.00/ea
Structural Design Computation copies
20.00/ea
Additional Plan Sheets
10.00/ea
Consulting Letter
185.00/min
Patio Corner/Trellis Design
Request Quate
900.00/min
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
6of7
'004 NEIL O. ANDERSON
A N D A S S O C I A T E S
Alrerracon COMPANY
Forensic Site Visit
Request Quote
550.00/min
Full Service Aquatic Design
Request Quote
ERoxy Injection
1,800/min first 10',
60.00/ft. after
MISCELLAiN EO US
Automobile Mileage
0.90/mile
Subsistence and Lodging
cost + 20%
Equipment Rental
cost + 20%
Field Report Preparation
50.00/each
Pad Certification Re ort
150.00/each
Final Letter estin /Ins ections
200.00/each
Additional Copy of Report (wet -signed)
50.00/each
Miscellaneous Item Charge
Cost +200/o/each
Air & Ground Trans ortation
I Cost +200/o/each
CAD — Prints
I 10.00/sheet
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
Updated: 8/05/2014 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
7of7
Insurance Requirements for Consultant The Consultant shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Consultant and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Consultant's operations under
this Agreement, whether such operations be by Consultant, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 Aggregate
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Each Occurrence
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Consultant; whichever is greater.
Consultant agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such insurance as is
afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers as additional named insureds.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Consultant's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therp oject that it is insuring.
Insurance Requirements for Consultant (continued)
Page 1 1 of 2 pages I Risk: rev.03.2014
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Consultant shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(e) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Consultant shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Consultant
shall provide proof of continuing insurance on at least an annual basis during the Term. If Consultant's
insurance lapses or is discontinued for any reason, Consultant shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Consultant fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Consultant shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Consultant of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest
on the first (1st ) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Consultant fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Consultant shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Consultant shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Consultant's employees employed at the site of the project and, if any
work is sublet, Consultant shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Consultant. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Consultant shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages
Risk: rev.03.2014
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2015, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
Henderson Bros.Company, Inc. (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for ON-CALL
RESIDENTIAL PLUMBING SERVICES FOR WATER METER PROGRAM PHASE 5
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on March 1, 2015 and terminates upon
the completion of the Scope of Services or on December 1, 2015, whichever occurs first.
VJ
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Gary Wiman
To CONTRACTOR: Henderson Bros. Company, Inc.
Attn: James W. McConnell
217 S. Sacramento Street
Lodi, CA 95240
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST -
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
0
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
Henderson Bros. Company, Inc.
By:
Name
Title:
Jame W. McConnell
President
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 56199000-77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2015\Henderson Bros.doc
CA:Rev.01.2015
8
Water Meter Program Phase 5 Meter Installation and Main Replacement Project
Henderson Bros. Company, Incorporated
Scope of Services
Provide on-call residential plumbing services for the Water Meter Program Phase 5 Meter Installation and Main
Replacement Project as requested by the City of Lodi Construction Project Manager.
Work will be on a case by case basis as necessary to resolve customer plumbing issues related to the project
construction work activities. Duties may also include landscape irrigation work to re-establish existing systems.
2/5/2013
SINCE 1 s96 ExhibitB
HENDERSON BROS*
00 M P A N Y, INCORPORATED
LIC. N O. 73 1 9
February 12, 2015
Gary Wiman
City of Lodi
221 West Pine Street
Lodi, CA 95240
Subject: Proposal for the On -Call Residential Plumbing Services for Water Meter Program
Phase 5.
Dear Gary:
You recently requested pricing information from our company. With reference to your inquiry
and detailed discussion regarding the above cited subject, Here is our proposed pricing:
Technician Position
Description of hours
Price Per Hour
Plumber @
Mon -Fri 8:30am-
Weekdays
$160.00
Prevailing Wages
5:00 pm
Rate
Weekends/Holidays
$202.00
Plumber @
_
Outside Hours
Prevailing Wages
Rate
Laborer @
Mon -Friday 8:30-
Weekdays
$140.00
Prevailing Wages
5:00pm
Rate
Laborer @
Outside Hours
Weekends/Holidays
$155.00
Prevailing Wages
Rate
Thank you for giving us the opportunity to bid for your business. We hope that you will find our
rates most competitive in ail respects with the prevailing wage rates. As always, it's a pleasure
doing business with you. We look forward to completing this order to your satisfaction.
Sincerely,
James McConnell
President
P.S. If you would like to discuss items in this quote, or if you need any additional information,
please call me personally at (209) 642-0455.
I AMOUNT NOT TO EXCEED $40,000 1
217 S. SACRAMENTO ST.LODI CA 95241 1 P.O. BOX 259 LODI CA 95241 1 T 209 369.3671 1 F 209 368 9026
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury — Per Person;
$1,000,000 Bodily Injury — Per Accident;
$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such insurance as is
afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers as additional named insureds.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therp oiect that it is insuring.
Page 11 of 2 pages
Risk: rev.03.2014
Insurance Requirements for Contractor (continued)
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1S) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages
Risk: rev.03.2014
City of Lodi
Water Meter Program Phase 5 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 DSS COMPANY dba KNIFE RIVER CONSTRUCTION, herein referred to
as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated herein by
this reference, to -wit:
Notice Inviting Bids
Instruction to Bidders
Bid Forms
Contract
Contract Bonds
General Conditions
General Requirements (Division 1)
Technical Specifications (Division 2)
Plans
Addenda
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with
the City, at Contractor's cost and expense, to do all the work and furnish all the materials except
such as are mentioned in the specifications to be furnished by the City, necessary to construct
and complete in a good workmanlike and substantial manner and to the satisfaction of the City
the proposed improvements as shown and described in the Contract Documents which are
hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractor to provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts
to pay the same as set forth Clauses 65 and 66 of the General Conditions, in the manner and
upon the conditions above set forth; and the said parties for themselves, their heirs, executors,
administrators, successors and assigns, do hereby agree to the full performance of the
covenants herein contained.
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\Contract WMPP5.doc 2/25/2015
City of Lodi
Water Meter Program Phase 5 Contract
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 construct approximately 16,200 lineal feet of 8 -inch and 130
linear feet of 4- replacement water main and appurtenances, construct or reset approximately 7
fire hydrants and laterals, and construct approximately 895 water meter assemblies including
construction of all or portions of services, and other incidental and related work, in accordance
with Plans and Specifications for Water Meter Program Phase 5 — Meter Installation and Main
Replacement.
BID ITEMS
Item
Item
Qty
Unit
Unit Cost
Total Cost
Water Main Installation
1
Construction Notifications
1
LS
$2,200.00
$2,200.00
2
Excavation Safety
1
LS
$5,400.00
$5,400.00
3
Storm Water Pollution Prevention Plan, and
Construction Site Monitoring and Reporting
Plan
1
LS
$7,500.00
$7,500.00
4
Traffic Control
1
LS
$41,000.00
$41,000.00
5
Potholing
1
LS
$49,000.00
$49,000.00
6
Install 8" Water Main
16,200
LF
$60.50
$980,100.00
7
Install 4" Water Main
130
LF
$60.00
$7,800.00
8
Install 8" Ductile Iron Water Main
200
LF
$56.00
$11,200.00
9
Install 4" Ductile Iron Water Main
100
LF
$55.50
$5,550.00
10
Install 14" Water Valve
2
EA
$2,565.00
$5,130.00
11
Install 8" Water Valve
63
EA
$1,275.00
$80,325.00
12
Install 6" Water Valve
31
EA
$1,050.00
$32,550.00
13
8" X 14" Hot Tap Connection
1
EA
$2,150.00
$2,150.00
14
8" X 8" Hot Tap Connection
6
EA
$1,775.00
$10,650.00
15
8" X 6" Hot Tap Connection
12
EA
$2,000.00
$24,000.00
16
Connect New Main to Existing Main, Cut -In
18
EA
$3,700.00
$66,600.00
17
Cap and Abandon Existing Main, Cut -In
52
EA
$1,300.00
$67,600.00
18
Remove and Dispose of Asbestos Cement
Pie
100
LF
$180.00
$18,000.00
19
Install Fire Hydrant Assembly
4
EA
$4,700.00
$18,800.00
20
Reset Existing Fire Hydrant Assembly
3
EA
$4,200.00
$12,600.00
21
Install Blowoff
4
EA
$2,100.00
$8,400.00
22
Replace Additional Asphalt Concrete
10,000
SF
$2.35
$23,500.00
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\Contract WMPP5.doc 2/25/2015
City of Lodi
Water Meter Program Phase 5
Contract
Item
Item
Qty
Unit
Unit Cost
Total Cost
Pavement
23
Replace Asphalt Concrete at Lodi Ave, Ham
Ave, Hutchins St, Church St, Elm Street
Lockeford Street
5,000
SF
$3.45
$17,250.00
24
Remove and Replace Curb and Gutter
200
LF
$54.00
$10,800.00
Meter Installations
25
Install Class A Meter Service
213
EA
$160.00
$34,080.00
26
Install Class B Meter Service
8
EA
$285.00
$2,280.00
27
Install Class C Meter Service
94
EA
$700.00
$65,800.00
28
Install Class D Meter Service
110
EA
$750.00
$82,500.00
29
Install Class E Meter Service
470
EA
$1,700.00
$799,000.00
30
Install Large Water Meter — Class B, C and D
Add On
9
EA
$165.00
$1,485.00
31
Install Large Water Service and Meter —
Class E
1
EA
$2,000.00
$2,000.00
32
Replace Angle Meter Stop Valves
100
EA
$120.00
$12,000.00
33
Excavate Existing Corporation Stop and
Isolate Service
30
EA
$360.00
$10,800.00
34
Upgrade to Traffic Rated Water Meter Box
30
EA
$65.00
$1,950.00
35
Install Replacement Lid at Existing Meter Box
Class A Meter Service
50
EA
$40.00
$2,000.00
36
Install Additional 1 -inch Service Line
1,000
LF
$11.00
$11,000.00
37
Install 1.5 -inch Service Line
500
LF
$6.00
$3,000.00
38
Install 2 -inch Service Line
500
LF
$6.50
$3,250.00
39
Install Additional 1 -inch Water Service Tap
10
EA
$440.00
$4,400.00
40
Install Additional 1.5 -inch Water Service Tap
10
EA
$515.00
$5,150.00
41
Install Additional 2 -inch Water Service Tap
10
EA
$590.00
$5,900.00
42
Abandon Additional Existing Service
15
EA
$160.00
$2,400.00
43
Construct Concrete Surface Restoration
4,500
SF
$5.25
$23,625.00
44
Mobilization / Demobilization
1
LS
$62,000.00
$62,000.00
45
Export/Import Fill Material
5,000
CY
$12.50
$62,500.00
46
All Other Items
1
LS
$73,000.00
$73,000.00
Total Amount
$2,778,225.00
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance of
the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Technical Specifications. All
labor or materials not mentioned specifically as being done by the City will be supplied by the
Contractor to accomplish the work as outlined in the specifications.
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\Contract WMPP5.doc 2/25/2015
City of Lodi
Water Meter Program Phase 5 Contract
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract on the date
stipulated in the Notice to Proceed and to diligently prosecute to completion within 210
CALENDAR DAYS.
This Agreement provides for liquidated damages in the amount of $5,000 per day for each day
the work is not completed by the Contractor beyond the time specified in this Article.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH ABOVE. CONTRACTOR
AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE
CONTRACTOR UNDER THE CONTRACT.
ARTICLE IX - No contractor or subcontractor may be listed on a bid proposal for a public works
project (submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may
be awarded a contract for public work on a public works project (awarded on or after April 1,
2015) unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5. This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. Note: SB 854 requires that the awarding agency include the
above language in bid invitations and contracts for all projects being awarded on or after
January 1, 2015. The contractor is responsible for reviewing SB 854 prior to submitting a bid to
ensure compliance.
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\Contract WMPP5.doc 2/25/2015
City of Lodi
Water Meter Program Phase 5
Contract
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
DSS COMPANY dba
KNIFE RIVER CONSTRUCTION
6-2
Title
(CORPORATE SEAL)
Bv:
STEPHEN SCHWABAUER
City Manager
Date
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to form:
JANICE D. MAGDICH
City Attorney
K:1WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\Bid Docs\WMPP5 Contract.doc 2/13/2015
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO: Internal Services Dept. - Budget Division
3. FROM: I Rebecca Areida-Yadav 15, DATE. 2/17/2015
4. DEPARTMENT/DIVISION: Public Works
6. REQUEST ADJUSTMENT
OF APPROPRIATION AS LISTED BELOW
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A.
561 32205 Fund Balance $ 3,400.707.00
SOURCE OF
FINANCING
B
561 56199000 77020 Capital Proiects $ 3,400,707.00
USE OF
FINANCING
7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
Contracts for Water Meter Program Phase 5
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date. Res No: n Attach copy of resolution to this form.
Department Head Signature:
8. APPROVAL SIGNATURES
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2015-25
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING THE CONTRACT, AUTHORIZING THE
CITY MANAGER TO EXECUTE THE AGREEMENTS
FOR THE WATER METER PROGRAM PHASE 5
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 12, 2015, at
11:00 a.m., for the Water Meter Program Phase 5, described in the plans and specifications
therefore approved by the City Council on December 17, 2014; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Knife River Construction $2,778,225
Teichert Construction $2,841,842
West Valley Construction Company, Inc. $3,398,398
Northern Underground $4,926,855
WHEREAS, staff recommends awarding the contract for the Water Meter Program
Phase 5 to the low bidder, Knife River Construction, of Stockton, in the amount of $2,778,225;
and
WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek, perform
engineering services during construction, with a time -and -materials contract with a
not -to -exceed maximum of $37,482; 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
$250,000; and
WHEREAS, staff recommends Henderson Bros. Company, Inc., of Lodi, perform on-call
residential plumbing services for this project, for a total contract amount of $40,000; and
WHEREAS, staff recommends appropriation of $3,400,707 from the Water Capital Fund
to cover the cost of construction, construction administration services, Public Works Engineering
staff, and contingencies.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the construction contract for the Water Meter Program Phase 5 to the low bidder, Knife River
Construction, of Stockton, California, in the amount of $2,778.225; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby approve
Task Order No. 7 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 $37,482; 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 $250,000; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract
for on-call residential plumbing services to Henderson Bros. Company, Inc., of Lodi, California,
in the amount of $40,000; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
agreements on behalf of the City of Lodi; and
BE IT FURTHER RESOLVED that funds in the amount of $3,400,707 be appropriated
from the Water Capital Fund for this project.
Dated: March 4, 2015
I hereby certify that Resolution No. 2015-25 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 4, 2015, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, Nakanishi, and
Mayor Johnson
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
71,flIFER . FERRAIOLO
City Clerk
2015-25
CITY COUNCIL
BOB JOHNSON, Mayor
MARK CHANDLER,
Mayor Pro Tempore
DOUG KUEHNE
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:\\www.lodi.gov
February 25, 2015
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
F. WALLY SANDELIN
Public Works Director
RMC Water and Environment Neil O. Anderson and Associates
Attn: Tony Valdivia 902 Industrial Way
2001 N. Main Street, Ste. 400 Lodi, CA 95240
Walnut Creek, CA 94596
Knife River Construction Henderson Bros. Company, Inc.
655 W. Clay Street Attn: James W. McConnell
Stockton, CA 95206-1722 217 S. Sacramento Street
Lodi, CA 95240
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 5 and Appropriating Funds
($3,400,707): A) Knife River Construction, of Stockton, for Construction
($2,778,225), B) RMC Water and Environment, of Walnut Creek, Task Order No. 7
for Engineering Services During Construction ($37,482), C) Neil O. Anderson and
Associates, of Lodi, for Construction Testing and Inspection Services ($250,000),
D) Henderson Bros. Company, Inc., of Lodi, for On -Call Residential Plumbing
Services ($40,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 4, 2015. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call me at (209) 333-6709-
F. Wally Sandelin
Public Works Director
FWS/smh
Enclosure
cc: City Clerk
NCAWARD DOC