HomeMy WebLinkAboutAgenda Report - December 16, 2015 C-14CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE:
C-14-
Adopt Resolution Authorizing City Manager to Execute Amendment to
Professional Services Agreement with Neil O. Anderson and Associates, of Lodi,
for Additional Construction Testing and Inspection Services for Water Meter
Program Phase 5, and Appropriating Funds ($100,000)
MEETING DATE: December 16, 2015
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute
amendment to Professional Services Agreement with Neil O.
Anderson and Associates, of Lodi, for additional construction
testing and inspection services for Water Meter Program Phase 5, and appropriating funds in the
amount of $100,000.
BACKGROUND INFORMATION:
At the March 4, 2015 City Council meeting, Council awarded Neil
O. Anderson and Associates, of Lodi, a contract for construction
testing and inspection services for the Water Meter Program
Phase 5.
During the course of the project, approximately 700 meter installations and two alley reconstructions
were added to the scope of work. The increase in work requires additional inspection services.
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): $100,000.
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Interim Public Works Director
CES/GW/tdb
Attachment
cc: Gary Wiman, Construction Project Manager
Neil 0. Anderson and Associates
APPROVED:
Oct
wi,
_
•" en c r•
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 5\CAmend NOA PSA.d
City Manager
12/8/2015
AMENDMENT NO. 1
NEIL O. ANDERSON AND ASSOCIATES
WATER METER PROGRAM PHASE 5
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of December, 2015, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY"), and NEIL O. ANDERSON AND ASSOCIATES (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
(Agreement) on April 14, 2015, attached hereto as Exhibit 1;
2. WHEREAS, CITY requests to amend said Agreement to increase the not to exceed amount to
$350,000;
3. WHEREAS, CITY requests to amend said Agreement to extend the term through December
31, 2016;
4. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other
terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on
the date and year first above written.
CITY OF LODI, a municipal corporation NEIL O. ANDERSON AND ASSOCIATES
hereinabove called "CITY" hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER
City Manager
Attest.
JENNIFER M. FERRAIOLO, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
NAME:
Title:
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on (_v,'.1 \4 2015,
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.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
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.
CITY OF LODI, a municipal corporation
ATTEST
!�
v 'fir .1 \ �' .[. pe,,4, A
JENNIFER M'. @8+SON. C 04RA1:nw TEPHEN SCHWABAU R.
City Clerk City Manager
APPROVED AS TO FORM: NEIL O. ANDERSON & ASSOCIATES
JANICE D. MAGDICH, City Attorney
.(3y •
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
By:
Name: _
Title::i.•
Funding Source: 56199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's12015\Neil 0 Anderson Water Meter Phase 5.doc
CA:Rev.07.2014
8
Exhibit A
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
Exhibit B
NEIL O. ANDERSON
AND ASSOCIATES
Alrerracon COMPANY
January 6, 2015
Via Email: gwimanalodi.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
troyschiessnoa nderson.co m.
Sincerely,
NEIL O. ANDERSON & ASSOC., INC.
Troy M. Schiess, PE 71404
Associate Project Manager
Lodi • Sacramento • Concord
Phone: 209 397.3701 • Fax: 209.333.8303 • www.noanderson.com
902 Industrial Way, Lodi, CA 95240
Lodi Water Meter Project, Phase 5
January 6, 2015
Lodi Water Meter Phase 5
December 4, 2014
Page 2
Service
Rate
Lead Project Inspector - Regular Time (8 -hr shift)
5992.00/shift
Lead Project Inspector - Overtime
$160.00/hr
Lead Project Inspector - Double-time
$196.00/hr
Building/Construction Inspector - Regular Time (8 -hr shifty
$954.00/shift
Building/Construction Inspector - Overtime
$,153.00/hr
Building/Construction Inspector - Double-time
$186.00/hr
• Overtime and Double-time rates wiN 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.
.G'
02015 Nell O. Anderson & Associates, A Terracon Company
NEIL 0. ANDERSON
AND ASSOCIATES
Alferr'7Con COMPANY
2015 SCHEDULE OF FEES
TERMS OF PAYMENT AND CHARGES
TERMS OF PAYMENT
• 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 0. 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.
Updated: 8/05/2014
This fee schedule may be changed without notice .
902 lndustrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, 8100, Sacramento CA 95834 P;916.928.4690 F:916.928.4697
5051 Commercial Clr, Unit 0, Concord CA 94520 P925.609.7224 F:925,609.6324
1 of 7
Al NEIL O. ANDERSON
AND ASSOCIATES
A1rerraCOn COMPANY
2015 SCHEDULE OF FEES
ENGINEERING SERVICES
Senior Principal Engineer
250,00/hr
Principal Engineer/Geologist
225,00/hr
Associate Englneer/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 Consulting145.00/hr
ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension,
Fireproofing)
85.00/hr
inspector with Nuclear Gauge
89.00/hrAC/Soils
Certified Field/Shop Welding Inspector (AWS/CW1)
100.00/hr
DSA Masonry Inspector
100.00/hr
CAD Designer
95.00/hr
CAD Drafter
B0.00/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 Density 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/Construction Project Inspector
Request Quote
Caltrans Certified Laboratory Technician
92.00/hr
CTM125 Sample Hwy Material
92.00/hr
Quality Control Manager
175.00/hr
Quality Control Pian _
800.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 1D -3D, Seismic Source DAQIInk III, 24 Channel Acquisition System, 2 man
crew
280.00/hr
Multi=Channel Analysis of Surface Waves 1D -3D, Seismic fource DAQfink III, 24 Channel
Acquisition System, 2 man crew
280.00/hr
Ground Penetrating Radar, special antennas may warrant additional charge
225.00/hr
In-situ Sail 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 arid Sampling (Simco 2400, Mobile B24 drill rig, Minute Man, 2 person crew)
225.00/hr
Drilling and Sampling (CME75 Augers
285.00/hr
Drilling and Sampling (CME75 Mud Rotary w/desander)
325.00/hr
Drilling and Sampling (CME75 Rock Coring)
Request Quote
Updated: 8/05/2014
902 Industrial Way, Lodi CA 95240 P:209.367,3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
5051 Commerclal Clr, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
2 of 7
NEIL O. ANDERSON
AND ASSOCIATES
A1rerfl con 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 elven upon request for second operator)
145.00/hr
Coring 1 Man Crew w/Trailer
(Quote will be given upon request for second operator)
165,00/hr
Bit Charges per 6" max core length, 4" max core diameter
34.00/ea
Support Truck not including mileage (500 gallon water tank)
250.00/clay
2"x6" Stainless -Steel Tubes and Casas, recycled
10.00/each
Permitting_ Fees
Cost + 20%
Bailers (disposable)
10.00/ea
Sampling Supplies (gloves, water, rope, etc.)
25,00/day
Photo -ionization Detector (P10)
125.00/day
Water Level indicator
30.00/day
ph/Conductivity/Temp 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 - Undralned
140.00/point
Consolidated - Undrained
165.40/point
Consolidated - Drained
185.00/point
77oxial Compression Test
Unconsolidated Undrained Trlax D2850
185.00/point
r Consolidated Undrained Trlax 04767
Request guote
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 3MF's)
Request Quote
CTM 202 Sieve Course Agg
60.00/ea
CTM 202 Sieve Fine Agg
85.00/ea
CTM 202 Sieve ignition Sample
140.00/ea
CTM 202 Batch Plant Gradation Report
50.00/ea
CTM 204 Plasticity index
125.00/ea
CTM 205 Determining % Crushed Particles
200.00/ea
CTM 206 Bulk SpG & Absor Coarse Agg
70.00/ea
CTM 207 Bulk SpG (SOD) Fine Agg
90.00/ea
CTM 211 LA Rattler
Request Quote
CTM 214 Sodium Sulfate Soundness (per Sieve)
150,00/eea
CTM 217 Sand Equivalent
120.00/ea
Updated: 8/05/2014
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, P100, Sacramento CA 95834 P:916,928.4690 F:916.928.4697
5051 Commercial Clr, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
3 of 7
NEIL O. ANDERSON
AND ASSOCIATES
A1rerI con COMPANY
CTM 226 Moisture Content of Aggregates by oven drying
50.00/ea
CTM 227 Cleanness Coarse Agg
200.00/ea
CFM 229 Durability Index
165.00/ea
CTM 234 - AASIITQ T304 Fine Angularity
200.00/ea
CTM 235 - ASTM D4791 Fiat and Elongated Particles
200.00/ea
CTM 303 Kc & Kr determination
300.00/ea
CFM 304 AC Sample Preparation
100.00/ea
CTM 304 AC Sample Preparation with Lime Treat
125.00/ea
CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes)
50.00/ea
CTM 309 Theo Spec Gav Bit Mix
165.00/ea
CTM 366 Stabilimeter 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 23G Mix with Dir AC Cont
150.00/ea
100.00/ea
LP -2, 3, & 4 - HMA Vaiumetrics (VMA, VFA. DP) Calculations Report
LP -10 Sampling and Testing CRM
200.00/ea
ASTM D2971 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
110.00/ea
ASTM D1075 Immersion & Compression Retained Strength
ASTM D2726 Unit Weight
60.00/ea
ASTM D2172 Extraction
300.00/ea
ASTM D2172 Extraction with Gradation
350.00/ea
ASTM 02041, D2172 Ma:x. Specific Gravity of Bituminous Mix.
150.00/ea
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size)
150,00/ea
ASTM C40 Injurious Impurity Matter
75.00/ea
ASTM C29 Unit Weight (aggregate)
00.00/ea
CTM 212 Unit Weight (aggregates)
80.00/ea
CTM 217 Sand Equivalent Test
120.00/ea
C128 Specific Gravity, Fine
120.60'ea
C127 Specific Gravity, 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 Agg - ate
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
At terberg Limit 04318
125.00/ea
Permeability Falling Head
280.00/ea
Specific Gravity Determination ASTM D854
90.00/ea
Updated: 8/05/2014
902 Industrial Way, Lodl CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, U100, Sacramento CA 95834 P:916.928,4690 F:916.928,4697
5051 Commerclal Clr, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
4of7
NEIL O. ANDERSON
AND ASSOCIATES
Allerracan 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 Density,/Optimum Moisture Content Determination
4" mold AASFITO T99, ASTM D598
235.00/ea
6" mold AASHTO T99, ASTM D698
245.00/ea
235.00/ea
4" mold AASHTO T180, ASTM D1557
6" mold AA51•ITO 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 Llme 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 (includes R -value, pH Lime
Determination and Unconfined Compressive Strength)
1600.00/ea
Unconfined Compression Test ASTM 0216E
120.00/ea
MASONRY BRICK/BLACK/TILE
Compression Tests on Core Specimens (includes prep) ASTM C42
80.00/ea
Shear Tests Masonry Core
145.00/ea
Compression Tests: (Same price for untested 'hold" specimens)
Compression Test Grout Molds
28.00/ea
Compression Test Mortar Cylinder
28.00/ea
Compression 2"x4" Cylinder Molds
8.00/ea
Compression Masonry Prism (2 -block, mortared & grouted)
185.00/ea
Concrete Masonry Unit: (Same price for untested ''hold" spedrnens)
Compression Test Masonry Unit 8"x8"x16"
185.00/ea
Masonry Absorption Tests ASTM C140
105.00/ea
Masonry Shrinkage (Volume Change)
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 Rrt
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 Testinjg (3 bars per set) ASTM C157
420,00/set
Compression Tests on Core Specimens (includes prep) ASTM C42
80.00/ea
Updated: 8/05/2014
902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697
5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609,7224 F:925.609.6324
5 of 7
NEIL O. ANDERSON
A N D ASSOCIATES
Alred c7COn COMPANY
Calcium Chloride Moisture Test Kit (Includes 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,OOJea
Reinforcement Steel No, 10 and larger
205.tu/ea, plus
machining cost
+20%
High-strength Bolt, 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:
750.00/ea
Weld Procedure Qualifications
Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G
130.00/ea
Welder Qualification Pipe 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 — 1F, 2F, 4F, 5F
95.00/ea
WPS Test Plate (set)
65.00/ea
WPS Test Pipe (set)
85.00/ea
NON-DESTRUCTIVE TESTING
High Strength Bolt (HSB) Testing
140.00/hr
Boit Put!/Load Testing
140.00/hr
Rebar Pull Testing
140.00/hr140.00/hr
Ceiling Wire Pull Testing
NDT GPR
160.00/hr
Pachometer
140.00/hr
STANDARD POOL ENGINEERING SERVICES
The fees quoted include response 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
I Commerical Pool Plan (drilled pier) [Geotechnlcal investigation report required]
Request Quote
3,500.00/min
Commerical/Vault Pool Plan
Request Quote
2,000.00/rnln
On -Site Steel and/or Excavation Observation
400.00/min
Custom Swimming Pool Detail
500.00/min
Custom Retaining Wall Design (1 height)
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
kequest Quote
900.00/min
Updated: 8/05/2014
902 Industrial Way, Lodl CA 95240 P:209.367.3701 F:209.333.8303
50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928,4697
5051 Commercial Cir, Unit 8, Concord CA 94520 P:925.609,7224 F:925.609.6324
6 of7
AONEIL O. ANDERSON
AND ASSOCIATES
Alr erracon COMPANY
Forensic Site Visit
—bequest
Quote
550.00/min
Full Service Aquatic Design
_
Request Quote
Epoxy Injection
1,800/min first 10',
60.00/ft. after
MISCELLANEOUS
Automobile Mileage
0.90/mile
Subsistence and Lodging
_
cost + 20%
Equipment Rental
cost + 20%
Field Report Preparation
50.00/each
Pad Certification Report
150.00/each
Final Letter (Testing/Inspections)
200.00/each
Additional Copy of Report (wet -signed)
50.00/each
Miscellaneous Item Charge
Cost +200/a/each
Air & Ground Transportation
Cost +20%/each
CAD — Prints
10.00/sheet
Updated: 8/05/2014
AMOUNT NOT TO EXCEED $250,000
902 industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303
50 Goidenland Ct, 8100, Sacramento CA 95834 P:916.928 4690 F:916.928.4697
5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324
7 of 7
Exhibit C
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:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 Aggregate
2, 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 Aot (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 Nan-CQntributory 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 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the proiect that it is insuring.
Insurance Requirements for Consultant (continued)
Page 1 I of 2 pages 1 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
Ail 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 names) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest
on the first (1') 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
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
3. FROM.
Rebecca Areida-Yadav
5. DATE
4. DEPARTMENT/DIVISION: Public Works
12/8/2015
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A
SOURCE OF
FINANCING
561
32205
Fund Balance
$ 100.000.00
B.
USE OF
FINANCING
561
56199000
77020
Water Capital Projects
$ 100.000.00
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.
Contract Amendment with Neil Anderson for the Water Meter Phase 5 project.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date:
Department Head Signature:
Res No:
Attach copy of resolution to this form.
B. 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. 2015-226
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO
THE PROFESSIONAL SERVICES AGREEMENT WITH NEIL O.
ANDERSON AND ASSOCIATES, OF LODI, FOR ADDITIONAL
CONSTRUCTION TESTING AND INSPECTION SERVICES,
AND FURTHER APPROPRIATING FUNDS
WHEREAS, Neil O. Anderson and Associates and the City entered into a Professional
Services Agreement on April 14, 2015, in an amount not to exceed $250,000; and
WHEREAS, the City requested to amend the Agreement to expand the scope; increase
the not -to -exceed amount to $350,000; and extend the term of the Agreement to December 31,
2016; and
WHEREAS, staff recommends executing Amendment No. 1 to the Professional Services
Agreement with Neil O. Anderson and Associates, of Lodi, for additional construction testing
and inspection services for Water Meter Program Phase 5; and
WHEREAS, staff also recommend appropriating funds in the amount of $100,000 from
the Water Capital Fund.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Amendment No. 1 to the Professional Services
Agreement with Neil O. Anderson and Associates, of Lodi, California, for additional construction
testing and inspection services for Water Meter Program Phase 5; and
BE IT FURTHER RESOLVED that funds in the amount of $100,000 be appropriated
from the Water Capital Fund.
Dated: December 16, 2015
I hereby certify that Resolution No. 2015-226 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held December 16, 2015, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
J NIFER 1 FERRAIOLO
City Clerk
2015-226