HomeMy WebLinkAboutAgenda Report - March 16, 2016 C-05TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C5
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 6 and Appropriating Funds
($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for
Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering
Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services
($500,000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential
Plumbing Services ($200,000)
MEETING DATE: March 16, 2016
PREPARED BY: Interim Public Works Director
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to execute agreements
with the following entities for the Water Meter Program Phase 6
and appropriating funds, in the amount of $5,600,000:
A. DSS Company dba Knife River Construction, of Stockton, for construction, in the amount of
$4,183,790.
B. RMC Water and Environment, of Walnut Creek, for Engineering Services, in the amount of
$38,880.
C. Terracon, of Lodi, for construction testing and inspection services, in the amount of $500,000.
D. Henderson Brothers Company, of Lodi, for on-call residential plumbing services, in the amount
of $200,000.
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 usage.
A. Water Meter Program Phase 6 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 6 is
presented in Attachment A and includes the installation of 938 meters and the replacement of 27,090
feet (5.1 miles) of water main. Phase 6 is the largest phase to date with approximately one mile more
water main pipe than any other phase and over 800 of the 938 meter installations are type "E" meter
installations. Type "E" meter installations consist of installing a new water meter service (and meter
assembly) from a new water main that has been relocated from the backyard to the street. These
APPROVED:
Stephen Schwabaerity Manager
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 6\CAward.doc
2/23/16
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 6 and Appropriating Funds
($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services ($500,000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($200,000)
March 16, 2016
Page 2
installations are generally very labor intensive and at times require plumbing modifications to the
residence to accommodate the new service location.
Plans and specifications for this project were approved on December 16, 2015. The City received three
bids for the project on February 11, 2016, as summarized below:
Engineer's Estimate $5,707,700.00
DSS Company dba Knife River Construction Stockton $4,183,790.00
Teichert Construction Davis $4,309,625.00
Marques Pipeline, Inc. Rio Linda $5,482,330.00
B. Engineering Services for Water Meter Program Phase 6
Staff recommends RMC Water and Environment, of Walnut Creek, perform engineering services during
construction. As the design engineer for this project, RMC Water and Environment is ideally suited to
perform these duties for the Water Meter Program Phase 6. This is Task Order No. 8 to the Master
Professional Services Agreement and is a time -and -materials contract with a not -to -exceed maximum
of $38,880.
C. Construction Testing and Inspection Services for Water Meter Program Phase 6
Staff recommends Terracon, of Lodi, perform construction testing and inspection services for the Phase
6 Project. Terracon will provide a minimum of 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 $500,000.
D. On -Call Residential Plumbing Services for Water Meter Program Phase 6
Staff recommends Henderson Brothers Company, 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 $200,000.
Budget Item
Amount
Construction Contract
$4,183,790
RMC Water and Environment
$38,880
Terracon
$500,000
Henderson Bros. Company, Inc.
$200,000
Public Works Engineering
$65,000
Public Works - Materials
$50,000
Total
$5,037,670
10% Protect Contingency
$503,767
Project Total Budget
$5,541,437
K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 6\CAward.doc 2/23/16
Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 6 and Appropriating Funds
($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services ($500,000)
D Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($200,000)
March 16, 2016
Page 3
The total project appropriation is $5,600,000 and includes the contracts described above, Public Works
Engineering staff costs, and contingency.
FISCAL IMPACT:
Water main leak and service repairs will be reduced. Costs for reading
the meters will be reduced, as they will be automatically read by the fixed
network.
FUNDING AVAILABLE: Requested appropriation:
Water Capital Fund (561): $5,600,000.
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Interim Public Works Director
CES/GW/tdb
Attachments
cc: Lance Roberts, Utilities Manager
Gary Wiman, Construction Project Manager
DDS Company dba Knife River Construction
RMC Water and Environment
Terracon
Henderson Brothers Company
K:\WP\PROJECTS\WATER Meters\Water Meter Program Phase 6\CAward.doc 2/23/16
v5 -Carolina
m
c
0
0
Legend
WMP
Phase 6
EXHIBIT A
Water Meter Project Boundary
Phase 6
User: Ichang
Path: K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 6\Proj_Bdy.mxd
N
W E
s
City of Lodi
Water Meter Program Phase 6
CITY OF LODI, CALIFORNIA
SECTION 4 — CONTRACT
Section 4
Contract
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred
to as the "City," and DSS COMPNAY 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
co-venarts-her-ein-contained
City of Lodi (Revised 12/11/15) Contract SECTION 4 - 1
City of Lodi
Water Meter Program Phase 6
Section 4
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 25,470 lineal feet of 8 -inch and 1,320
linear feet of 4 -inch replacement water main and appurtenances, construct or reset
approximately 23 fire hydrants and laterals, and construct approximately 938 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 6 - Meter
Installation and Main Replacement.
BID ITEMS
Item
Item Qty
Unit
Unit Cost
Total Cost
Water Main Installation
1
Construction Notifications
1
LS
$7,000
$7,000
2
Excavation Safety
1
LS
$5,300
$5,300
3
Storm Water Pollution Prevention Plan, and
Construction Site Monitoring and Reporting
Pian
1
LS
$9,100
$9,100
4
Traffic Control
1
LS
$55,000
$55,000
5
Potholing
1
LS
$59,400
$59,400
6
7
Install 8" Water Main
25,470
LF
$59.50
$1,515,465
Install 4" Water Main
1,320
LF
$54.50
$71,940
8
Install 8" Ductile Iron Water Main
200
LF
$51
$10,200
9
Install 4" Ductile Iron Water Main
100
LF
$50
$5,000
10
Install 8" Water Valve
78
EA
$1,450
$113,100
11
Install 6" Water Valve
31
EA
$1,150
$35,650
12
Install 4" Water Valve
5
EA
$1,000
$5,000
13
8" X 10" Hot Tap Connection
13
EA
$1,900
$24,700
14
8" X 8" Hot Tap Connection
5
EA
$1,800
$9,000
15
8" X 6" Hot Tap Connection
13
EA
$1,650
$21,450
16
8" X 4" Hot Tap Connection
4
EA
$1,600
$6,400
17
6" X 6" Hot Tap Connection
2
EA
$1,650
$3,300
18
6" X 4" Hot Tap Connection
2
EA
$1,600
$3,200
19
Connect New Main to Existing Main, Cut -In
14
EA
$3,750
$52,500
20
Cap and Abandon Existing Main, Cut -In
80
EA
$1,150
$92,000
21
Remove and Dispose of Asbestos Cement
Pipe
100
LF
$180
$18,000
22
Install Fire Hydrant Assembly
4
EA
$5,200
$20,800
23
Reset Existing Fire Hydrant Assembly
19
EA
$3,700
$70,300
24
Install Blowoff
9
EA
$1,400
$12,600
City of Lodi (Revised 12/11/15) Contract
SECTION 4 - 2
City of Lodi
Water Meter Program Phase 6
Section 4
Contract
Item
Item
Qty
Unit
Unit Cost
Total Cost
25
Replace Additional Asphalt Concrete
Pavement
40,000
SF
$2.25
$90,000
26
Water Sampling Station
1
EA
$1,950
$1,950
27
Remove and Replace Curb and Gutter
200
LF
$56.50
$11,300
Meter Installations
28
Install Class A Meter Service
40
EA
$105
$4,200
29
Install Class B Meter Service
1
EA
$305
$305
30
Install Class C Meter Service
27
EA
$785
$21,195
31
Install Class D Meter Service
64
EA
$795
$50,880
32
Install Class E Meter Service
806
EA
$1,690
$1,362,140
33
Install Large Water Meter - Class B, C and D
Add On
4
EA
$175
$700
$12,000
34
Install Large Water Service and Meter -
Class E
6
EA
$2,000
35
Replace Angle Meter Stop Valves
100
EA
$118
$11,800
36
Excavate Existing Corporation Stop and
Isolate Service
30
EA
$315
$9,450
37
Upgrade to Traffic Rated Water Meter Box
30
EA
$73
$2,190
38
Install Replacement Lid at Existing Meter Box
(Class A Meter Service)
50
1,000
EA
LF
$40
$11
$2,000
$11,000
39
Install Additional 1 -inch Service Line
40
Install 1.5 -inch Service Line
500
LF
$6.50
$3,250
41
Install 2 -inch Service Line
500
LF
$7
$3,500
42
Install Additional 1 -inch Water Service Tap
10
EA
$185
$1,850
43
Install Additional 1.5 -inch Water Service Tap
10
EA
$250
$2,500
44
Install Additional 2 -inch Water Service Tap
10
EA
$320
$3,200
45
Abandon Additional Existing Service
15
EA
$165
$2,475
46
Construct Concrete Surface Restoration
4,500
SF
$5
$22,500
47
Mobilization / Demobilization
1
LS
$80,000
$80,000
48
Export/Import Fill Material
5,000
CY
$14
$70,000
Intersection Reconstruction
49
Crescent Avenue and Windsor Drive
Improvements
1
LS
$57,000
$57,000
50
All Other Items
1
LS
$120,000
$120,000
Total Amount
$4,183,790
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance of
the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Technical Specifications. All
labor or materials not mentioned specifically as being done by the City will be supplied by the
Contractor to accomplish the work as outlined in the specifications.
City of Lodi (Revised 12/11/15) Contract SECTION 4 - 3
City of Lodi
Water Meter Program Phase 6
Section 4
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. The contractor is responsible for reviewing SB 854 prior to
submitting a bid to ensure compliance.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Stephen Schwabauer
City Manager
By: Date:
Attest:
Title
(CORPORATE SEAL)
Jennifer M. Ferraiolo
City Clerk
Approved As To Form
Janice D. Magdich
City Attorney
City of Lodi (Revised 12/11/15) Contract SECTION 4 - 4
City of Lodi Water Meter Program
Task Order No. 8
Phase 6 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 6 Meter Installation and Main Replacement
Project consists of the construction/installation of the following:
• Approximately 26,790 lineal feet of water main to replace existing, undersized mains located in
backyard easements.
• Approximately 938 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 6 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 6 of 210 calendar days (approximately 147 working days or 30 weeks),
extending from April 2016 to November 2016. 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 6 design team of Ryan Doyle (Project Engineer) and Victor
Alaniz (CAD Production).
Phase/Duration: Entire Contract Period; April - November 2016. Phase 6 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.
Deliverables:
• Written submittal review comments and action recommendation (e.g. Make Corrections
Phase 6 Meter Installation and Main Replacement 1 February9, 2016
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 8
Noted) on City standard form.
Task 1.2 — Clarifications and RF1 Responses
Consultant will provide technical responses to City and contractor requests for information (RFIs),
and prepare written Contract Document Clarifications (CDCs) to clarify requirements of the work,
and provide technical support to resolve field issues and conflicts. Consultant will respond to RFIs
and clarification requests as directed by the City. Consultant may conduct site visits to gain an
understanding of field issues if required.
Assumptions:
• The level of effort is limited to the budgeted hours.
• Up to 8 RFIs have been assumed in establishing budgeted hours
• Consultant will make up to 1 site visits to investigate field conditions
Deliverables:
• Written CDCs and RFI responses using standard RMC forms
Task 1.3 — Phase 6 Record Drawings
Consultant will prepare record drawings from the contractor's complete as -built WMP Phase 6
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
Deliverables:
• 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 2016.
Assumptions:
• Management activities over a 7 month construction duration
Deliverables:
• Monthly invoices and progress reports
Phase 6 Meter Installation and Main Replacement 2 February9, 2016
Engineering Services During Construction
City of Lodi
Water Meter Program Task Order No. 8
RMC WATER AND ENVIRONMENT CITY OF LODI
Michael H. Matson,
Sr. Vice President
Date
STEPHEN SCHWABAUER
City Manager
Date
ATTEST:
Jennifer M. Ferraiolo
City Clerk
APPROVED AS TO FORM.
JANICE D. MAGDICH
City Attorney
Phase 6 Meter Installation and Main Replacement 3 February 9, 2016
Engineering Services During Construction
EXHIBIT B
Fee Estimate
RMC
Fee Estimate
City of Lodi - Water Meter Program Phase 6 Meter Installation and Main Replacement
Engineering Services During Construction
Tsskr
En Wrultucdan
7.1 Submlrm Re++d
t 2 Ctantagionsand RFI ReSigalSeS
1 3 ROeierd 3kawlnQs
Mur
Tom
RISC Labor
Ryan Deco
• _ !e ismer-.as
TO Project
Manager 1Data6eee Engineer
6299
4
Prqect
Admin
11,
xm Tom wr
••rte Coasi{1
28
4 24 28
4
8 12
56.112
58.112
152.458
VMKY
Aeolt
!idle
ODCs Toil
Toil S.O.:cob SSD To0003C* Tote
Total Hours CanaJaf+l OOC3
al to14i1:v6ti31 141 F e
0 5o s0 so 55.112
0 50 30 5280 5308 55 420
Subtotal Task 1.
0
12 5$ 0 66 112.660
Th :1� 2: Proleci MIrarj ,n nT
31
Protect Management and 0AOC
6
16
4 26 58.746
Subtotal Talc 3•
16 f 0 1 4
26
56 :46
TOTAL
26 1 56 r 4
20 100
20 7D0
120 318905 513.398 5500 5550 521 602
100 516.8D5 $16.595 8760 5658 134
1
0 50
v 0
0
310,425
20 100 120
1 The individual hourly rates Include salary, overhead and profit
Subwnsultantswill be billed at actual cos[ plus 1016
3 Other direct costs (ODCs) such as reproducton, delivery, mileage (odes will be those allowed by current IRS guidelines), and travel expenses, Mil be bleed at actual cost plus 1096
4 RMC reserves the right to adjust Its hourly rate studure and ODC markup at the beginning ate cslendar year for all ongol g contacts
5D SO 56 746
SO S0 SD S0 56146
51 UUe5 Mae MO SOW SUMO
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2016, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
(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 6 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, apy delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
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 April 1, 2016 and terminates upon
the completion of the Scope of Services or on March 31, 2017, 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 Prevailing Wage
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.
Section 3.3 Contractor Registration — Labor Code §1725.5
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.
Section 3.4 Contract Bonds
CONTRACTOR shall furnish two good and sufficient bonds:
1. A faithful performance bond in the amount of one hundred percent
(100%) of the contract price; and
2. A labor and materials bond in the amount of fifty percent (50%) of the
contract price.
These bonds will be required at the time the signed contract is returned to the
City.
Section 3.5 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 3.6 Costs
3
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 3.7 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.
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
4
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, Toss, 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.
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
5
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: Terracon
902 Industrial Way
Lodi, CA 95240
Attn: Garrett Hubbart
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
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
6
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
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.
7
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
8
CITY OF LODI, a municipal corporation
ATTEST:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: TERRACON
JANICE D. MAGDICH, City Attorney
By: 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 PWWA-0055 Const.ExtLabor
(Business Unit & Account No.)
Doc ID: K:\WP\PROJECTS\PSA's\2016\Terracon WMPP6.doc
CA:Rev.08.2015
9
Water Meter Program Phase 6 Meter Installation and Main Replacement Project
Terracon
Scope of Services
Exhibit A
Provide a minimum of two (2) fulltime inspectors for the Water Meter Program Phase 6 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.
2/5/2016
Exhibit B
Terracon
4 February 2016 Proposal Number: PNA161032
Mr. Gary Wiman
Construction Project Manager
City of Lodi
221 W. Pine Street
Lodi, CA 95240
Re: Proposal to Provide Construction Materials Testing and Inspection Services
Dear Mr. Wiman:
Terracon is pleased to submit a proposal to provide materials testing and inspection services for the City of Lodi Water Meter
Phase 6 project located in Lodi, Califomia. We have extensive experience providing construction materials testing and inspection
services.
Terracon has offices based in Lodi, Sacramento, and Concord, California, and provides a wide range of engineering services
including geotechnical, materials, foundation and structural engineering, geophysical exploration, environmental and geosciences,
forensic investigations, pool engineering, and aquatic design. We continue to view our company as a vital and growing consulting
firm of engineers and scientists, providing multiple related service lines to clients at local, regional, and national levels. All of our
services are delivered on a timely basis with high value and attention to client needs.
Benefits to working with Terracon include:
• Responsiveness: Acting quickly to meet your deadlines, our employee owners are always available to you. With convenient
locations across the country, we're able to quickly mobilize a workforce to respond to accelerated schedules and your
changing needs.
• Resourcefulness: Applying new processes, methodologies, and techniques allows us to take a proactive approach to
solving project challenges and deliver your projects better and faster. With our nationwide network of offices, we can initiate
services easily on one or multiple projects simultaneously.
• Reliability: With vast experience working in local conditions, Terracon is a dependable partner throughout the life of your
project. We delver practical and constructible solutions, while avoiding delays, surprises, and costly mistakes down the road.
We are confident that Terracon cull provide the City of Lodi with a high level of service and look forward to working with you. Should
you have any questions regarding the attached proposal, please contact me at (209) 367-3701 or email me at
tmschiess jterracon.axn. Thank you for your time and consideration.
Sincerely,
Tenacon,
Troy M. Schiess, PE 71404
Materials Department Manager
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 terracon,com
En.Ironrientdl S Fiji iIities S Geoirci.;c i i h9ate�i,�la
Environmental • Facilities • Geotechnical • Material■ Pool Engineering
Project Name: City of Lodi Water Meter Phase 6
Proposal No. PNA161032
Service Rate
Grail p 1
Lead Project Inspector — Regular Time (8hr shift)
$1080/shift
Lead Project Inspector - Overtime
$164/hour
Lead Project Inspector — Double-time
$196/hour
Group Z
Building/Construction Inspector — Regular lime f8hr shift)
$1030/shift
Buildii Construction Inspector —Overtime
$160/hour
Building/Construction Inspector—Double-time
$192/hour
Additional services requested beyond what is outlined in the above proposal will be invoiced per our attached fee schedule. Time
shall be billed from portal to portal. Weekends and holidays wits be charged in 4 and / hour increments. Overtime and doublet -time, if
any, will be applied per the Califomia Labor Law
Prevailing Wage Requirement: Public works contract provisions require the Contractor and its subcontractors to pay alt workers employed on the project no less
than the specified general prevailing wage rates for the work classificatbn in which They are performing.
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 terracon.com
EFacilities eI 11,1er�als
lrerracon
PO
%
2016 Schedule of Services and Fees
Environmental, Geotechnical, Structural, Pool Engineering, Aquatic Design, and Materials Services
ENGINEERING SERVICES
Senior Principal Engineer 250.00/hr
Principal Engineer/Geologist 225.00/hr
Associate Engineer/Geologist 190.00/hr
Senior Engineer / Geologist / Scientist 175.00/hr
Project Engineer / Geologist/ Scientist 165.00/hr
Staff Engineer / Geologist / Scientist 135.00/hr
Expert Consulting 275.00/hr
Expert Testimony 495.00/hr
Asphalt Concrete Consulting 145.00/hr
ICC Inspector (Reinfordng Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 85.00/hr
AC/Soils Inspector with Nuclear Gauge 89.00/hr
Certified Field/Shop Welding Inspector (AWS/CWI) 105.00/hr
DSA Masonry Inspector 105.00/hr
CAD Designer 100.00/hr
CAD Drafter 88.00/hr
Accountant 95.00/hr
Administrative Assistant 65.00/hr
HOT MIX ASPHALT (HMA) SERVICES
HMA Placement Inspector 92.00/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/Construdion Project Inspector Request Quote
Caltrans Certified Laboratory Technician 92.00/hr
CTM125 Sample Hwy Material 92.00/hr
Quality Control Manager 150.00/hr
Quality Control Plan 500.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 1D -3D, Seismic Source DAQIink III, 24 Channel Acquisition System, 2 man crew
Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQIink III, 24 Channel
Acquisition System, 2 man crew
Ground Penetrating Radar, special antennas may warrant additional charge
In-situ Soil Resistivity Testing, Mini -res tester
Post Processing and Analysis
DRILLING
Drilling/Sampling (Track mounted rigs, 2 -person crew)
Drilling/Sampling (Simon 2400 and Mobile B24 truck mounted, Minute Man, 2 person crew)
Drilling/Sampling (CME75 Auger)
Drilling/Sampling (CME75 Mud Rotary w/desander)
Drilling and Sampling (CME75 Rock Coring)
Borehole Grouting
Responsive CI Resourceful 0 Reliable
280.00/hr
280.00/hr
225.00/hr
185.00/hr
165.00/hr
275.00/hr
225.00/hr
285.00/hr
325.00/hr
Request Quote
285.00/hr
Page 1 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Gnde Unit E Concord, CA 94520
a
lrerracon I 5
2016 Schedule of Services and Fees (Continued)
Hand -Auger Soil Sample (1 -person Crew) 135.00/hr
Coring 1 Man Crew w/o Trailer (Quote will be given 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 inducting mileage (500 gallon water tank) 250.00/day
2'Sc6" Stainless -Steel Tubes and Caps, 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 (PID) 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 + 25%
Laboratory Analysis Cost + 30%
GEOTECHNICAL SOILS AND AGGREGATES
Direct Shear Test:
Unconsolidated - Undrained 140.00/point
Consolidated - Undrained 165.00/point
Consolidated - Drained 185.00/point
Triaxial Compression Test
Unconsolidated Undrained Triax D2850 185.00/point
Consolidated Undrained Triax D4767 Request 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 Toad increment (additional charge) 120.00/ea
LABORATORY
JIOT MIX ASPHALT (HMI
Job Mix Formula (Reduced Rate for Multiple JMFs)
CTM 202 Sieve Course Agg
CTM 202 Sieve Fine Agg
CTM 202 Sieve Ignition Sample
CTM 202 Batch Plant Gradation Report
CTM 204 Plastidty Index
CTM 205 Determining % Crushed Particles
CTM 206 Bulk SpG & Absor Coarse Agg
CTM 207 Bulk SpG (SDD) Fine Agg
CTM 211 LA Rattler
CTM 214 Sodium Sulfate Soundness (per Sieve)
CTM 217 Sand Equivalent
CTM 226 Moisture -Content of Aggregates by oven drying
Responsive 0 Resourceful 0 Reliable
Request Quote
60.00/ea
75.00/ea
140.00/ea
50.00/ea
125.00/ea
185.00/ea
70.00/ea
90.00/ea
Request Quote
150.00/ea
140.00/ea
40.00/ea
Page 2 of 6
902 Industrial Way Lodl, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Circle Unit E Concord, CA 94520
lFerracDn
2016 Schedule of Services and Fees (Continued)
CTM 227 aeanness Coarse Agg
CTM 229 Durability Index
CTM 234 - AASHTO T304 Fine Angularity
CTM 235 - ASTM D4791 Flat and Elongated Particles
CTM 304 AC Sample Preparation
CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes)
CTM 309 Theo Spec Gav Bit Mix
CTM 366 Stabilometer Value (Set of 3)
CTM 370 Moisture Content of Bit. Mbc by Microwave
CTM 371 Tensile Strength Ratio ReId Mix
CTM 382 Ignition Furnace Asphalt Content
CTM 382 Ignition Fumace Calibration (1 per new source)
CTM 382 Ignition Furnace Calibration with lime
LP -1 Theo Max SpG Mix with Dif AC Cont
LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report
LP -10 Sampling and Testing CRM
ASTM D2974 Organic Matter
ASTM D5334 Thermal Resistivity
MARSHALL MIX DESIGN
Marshall Mix Design
ASTM D1559 Stability & Flow
ASTM D1075 Immersion & Compression Retained Strength
ASTM D2726 Unit Weight
ASTM D2172 Extraction
ASTM D2172 Extraction with Gradation
ASTM D2041, D2172 Max. Spedfic Gravity of Bituminous Mix.
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size)
ASTM C40 Injurious Impurity Matter
ASTM Q9 Unit Weight (aggregate)
CTM 212 Unit Weight (aggregates)
CTM 217 Sand Equivalent Test
C128 Spedfic Gravity, Fine
C127 Specific Gravity, Coarse
C535 Los Angeles Rattler Test (500 revolutions)
CTM 227 aeanness Value, Coarse Aggregate
CTM 229 Durability Index: Fine & Coarse Aggregate
C142 Percent Friable Particles
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability)
MILS
Atterberg Limit 04318
Permeability Falling Head
Specific Gravity Determination ASTM D854
C136 Sieve Analysis Fine
C136 Sieve Analysis Course
Wash 200 D1140
Hydrometer -ASTM D422
Responsive D Resourceful 0 Reliable
165.00/ea
200.00/ea
200.00/ea
200.00/ea
50.00/ea
30.00/ea
165.00/ea
300.00/ea
50.00/ea
850.00/ea
160.00/ea
400.00/ea
500.00/ea
150.00/ea
75.00/ea
200.00/ea
80.00/ea
600.00/ea
Request Quote
110.00/ea
110.00/ea
30.00/ea
300.00/ea
440.00/ea
150.00/ea
135.00/ea
75.00/ea
80.00/ea
80.00/ea
120.00/ea
70.00/ea
90.00/ea
300.00/ea
165.00/ea
200.00/ea
165.00/ea
695.00/ea
125.00/ea
280.00/ea
90.00/ea
115.00/ea
80.00/ea
230.00/ea
Page 3 of 6
902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Cirde Unit E Concord, CA 94520
lrerracon
2016 Schedule of Services and Fees (Continued)
Laboratory Maximum Dry Density/Optimum 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 Ume/Cement Design, based on compressive strength
(includes R -value, p1-1 Lime Determination and Unconfined Compressive Strength) 1600.00/ea
Unconfined Compression Test ASTM D2166 120.00/ea
MASONRY BRICK/BLOCK/TILE
Compression Tests on Core Specimens (includes prep) ASTM C42 75.00/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 2'54" Cylinder Molds 15.00/ea
Compression Masonry Prism (2-blodc, mortared & grouted) 185.00/ea
Concrete Masonry Unit: (Same prig for untested "hold" spedmens)
Compression Test Masonry Unit 8"x8'516" 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 Report 450.00/ea
Unit Weight Areproofing 50.00/ea
Compression Test Concrete Cylinders (same prig for untested "hold"specimens) 28.00/ea
Flexural Strength, Concrete Beams, 6'56'5(24 ASTM C78 125.00/ea
Cylinder Molds (6'512") 7.00/ea
Cement Content of Hardened Portland Cement Concrete ASTM 05 Request Quote
Shrink Bar Testing (3 bars per set) ASTM C157 420.00/set
Compression Tests on Core Specimens (includes prep) ASTM C42 75.00/ea
Calcium Chlonde iclo re T "(fl [7di calati j 80:00/ea
Responsive 0 Resourceful 0 Reliable
Page 4 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland a #100 Sacramento, CA 95834 ♦ 5075 Commerdal Orde Unit E Concord, CA 94520
lrerracon I 5
2016 Schedule of Services and Fees (Continued)
STEEL AWS/ASTM/ASME/ANSI/APL
Structural Steel
Tensile & Bend Tests:
Reinforcement Steel Tensile & Bend <5
Reinforcement Steel Tensile & Bend 6 to 9
Reinforcement Steel No. 10 and larger
High-strength Bolt, Nut & Washer Testing
Rockwell Hardness Test
HSB Torque Wrench Calibration
Welder Qualification and Weld Procedure Qualifications
Weld Procedure Qualifications
Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G
Welder Qualification Pipe Groove Weld — 1G, 2G, 5G, 6G, 6GR
Welder Qualification Plate Fillet Weld — 1F, 2F, 3F, 4F
Welder Qualification Pipe Fillet Weld — 1F, 2F, 4F, 5F
WPS Test Plate (set)
WPS Test Pipe (set)
NON-DESTRUCTIVE TESTING
High Strength Bolt (HSB) Testing
Bolt Pull/Load Testing
Rebar Pull Testing
Ceiling Wire Pull Testing
NDT GPR (for reinforcement locating only, other uses refer to Geophysical services)
Pachometer
STANDARD POOL ENGINEERING SERVICES
The fees quoted include response to plan heck.
Remodel Plan [Engineer site visit may be required]
Remodel Pool Plan (typical in -ground) [Engineer excavation Inspection required]
Residential Pool Plan (drilled piers) [Geotechnical investigation report required]
Commercial Pool Pian (typical in -ground) [Geotechnical investigation report required]
Commercial Pool Plan (drilled pier) [Geotechnical investigation report required]
Commercial/Vault Pool Plan
On -Site Steel and/or Excavation Observation
Custom Swimming Pool Detail
Custom Retaining Wall Design (1 height)
Additional Heights
Structural Design Computation copies
Additional Plan Sheets
Consulting Letter
Patio Comer/Trellis Design
Forensic Site Visit
Full Service Aquatic Design
Epoxy Injection
Responsive D Resourceful D Reliable
135.00/ea
165.00/ea
205.00/ea,
plus machining cost+20%
350.00/set
70.00/ea
320.00/ea
750.00/ea
130.00/ea
225.00/ea
75.0%a
95.00/ea
65.00/ea
85.00/ea
125.00/hr
115,00/hr
115.00/hr
140.00/hr
165.00/hr
140.00/hr
800.00/min
800.00/min
Request Quote 3,100.00/min
Request Quote 1,500.00/min
Request Quote 3,500.00/min
Request Quote 2,000.00/min
400.00/min
500.00/min
500.00/min
200.00/ea
20.0%a
15.00/ea
185.00/min
Request Quote 900.00/min
Request Quote 600.00/min
Request Quote
1,800/min first 10', 60.00/ft. after
Page 5 of 6
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal Gide Unit E Concord, CA 94520
I NOT TO EXCEED
$500,000
lrerracon I EN
2016 Schedule of Services and Fees (Continued)
MISCELLANEOUS
Automobile Mileage
Subsistence and Lodging
Equipment Rental
Field Report Preparation
Pad Certification Report
Anal Letter (Testing/Inspectlons)
Additional Copy of Report (wet -signed)
Miscellaneous Item Charge
Air & Ground Transportation
CAD — Prints
Responsive 0 Resourceful 0 Reliable
0.90/mile
cost + 20%
cost + 20%
50.00/each
150.00/each
200.00/each
50.00/each
Cost +20%/each
Cost +20%/each
10.00/sheet
Page 6 of 6
902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal Cade Unit E Concord, CA 94520
Exhibit C
Insurance Requirements for Consultant 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 Combined Single Limit
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, that provides liability coverage at least as broad as this form.
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 fumished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability.
(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 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.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) 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.
Page 1 1 of 2 pages r _
1
Risk: rev.08.2015
(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, 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.
(h) 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 names) 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 faits 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.
(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 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 letter'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 I of 2 pages Risk: rev.08.2015
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2016, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
HENDERSON BROTHERS COMPANY (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 6 (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 April 1, 2016 and terminates upon
the completion of the Scope of Services or on March 31, 2017, 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: 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
fl 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:
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: HENDERSON BROTHERS COMPANY
JANICE D. MAGDICH, City Attorney
By: By:
Name. James W. McConnell
Title: 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 PWWA-0055 Const.ExtLabor
(Business Unit & Account No.)
Doc ID: K:\WP\PROJECTS\PSA's\2016\Henderson Bros.doc
CA:Rev.01.2015
8
Exhibit A
Water Meter Program Phase 6 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 6 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.
2/16/2016
SINCE 1 8 9 6
HENDERSON
BROS.
COMPANY, INCORPORATED
LIC. N O. 7 3 1 9
February 18, 2016
Gary Wiman
City of Lodi
221 West Pine Street
Lodi, CA 95240
Exhibit B
Subject: Proposal for the On -Cala Residential Plumbing Services for Water Meter Program Phase 6.
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
r
Price Per Hour
Plumber aQ Prevailing
Wages Rate
Mon -Fri 8:30am-5:00 pm
Weekdays
$160.00
Plumber (4 Prevailing
Wages Rate
Outside Hours
Weekends/Holidays
$202.00
Laborer ®
Prevailing Wages Rate
Mon -Friday 8:30-5:OOpm
Weekdays
$140.00
Laborer ®
Prevailing Wages Rate
Outside Hours
Weekends/Holidays
$155.00
Thank you for giving us the opportunity to bid for your business. We hope that you will find our rates most competitive
in all 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.
AMOUNT NOT TO EXCEED $200,000.00
Exhibit C
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 Combined Single Limit
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, that provides liability coverage at least as broad as this form.
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 a later version, that provides liability
coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability.
(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 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 project that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) 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.
Page 1 i of 2 pages
Risk: rev.08.2015
(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, 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.
(h) 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 names) 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.
(1) 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 21 of 2 pages Risk: rev.08.2015
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
ACCOUNT #
3. FROM:
Rebecca Areida-Yadav 15 DATE:
2/23/2016
4. DEPARTMENT/DIVISION: Public Works
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
561
32205
Fund Balance
$ 5,600,000.00
B.
USE OF
FINANCING
561
56199000
77020
Capital Projects
$ 5.600,000.00
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.
Contracts with Knife River, RMC, Terracon and Henderson Brothers for Water Meter Program Phase 6 project. Appropriation
also includes amounts for materials and staff time.
If Council has authorized the appropriation adjustment, complete the following
Meeting Date:
Department Head Signature:
Res No:
Attach copy of resolution to this form.
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. 2016-38
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING THE CONTRACT AND AUTHORIZING THE
CITY MANAGER TO EXECUTE THE AGREEMENTS
FOR THE WATER METER PROGRAM PHASE 6
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 11, 2016, at
11:00 a.m., for Water Meter Program Phase 6, described in the plans and specifications
therefore approved by the City Council on December 16, 2015; 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 $4,183,790
Teichert Construction $4,309,625
Marques Pipeline, Inc. $5,482,330
WHEREAS, staff recommends awarding the contract for Water Meter Program Phase 6
construction to the low bidder, DDS Company dba Knife River Construction, of Stockton, in the
amount of $4,183,790; and
WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek, perform
engineering services during construction, in the amount of $38,880; and
WHEREAS, staff recommends Terracon, of Lodi, perform construction testing and
inspection services for this project, in the amount of $500,000; and
WHEREAS, staff recommends Henderson Brothers Company, of Lodi, perform on-call
residential plumbing services for this project, in the amount of $200,000; and
WHEREAS, staff recommends appropriation of $5,600,000 from the Water Capital Fund
to cover the cost of construction, construction administration services, Public Works Engineering
staff, and contingency.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the construction contract for Water Meter Program Phase 6 to the low bidder, DDS Company
dba Knife River Construction, of Stockton, California, in the amount of $4,183,790; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize Task
Order No. 8 to the Master Professional Services Agreement for engineering services with
RMC Water and Environment, of Walnut Creek, California, in the amount of $38,880; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
Professional Services Agreement for construction testing and inspection services with Terracon,
of Lodi, California , in the amount of $500,000; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
Professional Services Agreement for on-call residential plumbing services with Henderson
Brothers Company, of Lodi, California, in the amount of $200,000; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the foregoing agreements; and
BE IT FURTHER RESOLVED that funds in the amount of $5,600,000 be appropriated
from the Water Capital Fund for this project.
Dated: March 16, 2016
I hereby certify that Resolution No. 2016-38 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 16, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NIFER `► . FERRAIOLO
ity Clerk
2016-38
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
CITY OF LODI
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706 / FAX (209) 333-6710
EMAIL: pwdept@lodi goy
March 9, 2016
DSS COMPANY dba KNIFE RIVER CONSTRUCTION
655 WEST CLAY STREET
STOCKTON, CA 95206-1722
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Interim Public Works
Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 6 and Appropriating
Funds ($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for
Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering
Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services
($500,000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential
Plumbing Services ($200,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 16, 2016. 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 Gary Wiman at (209) 333-
6706.
Charles E. Swimley, Jr.
nterim Public Works Director
CES/tdb
Enclosure
cc: City Clerk
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
CITY OF LODI
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
www.lodi.gov
March 9, 2016
RMC Water and Environment
2175 North California Blvd., Suite 315
Walnut Creek, CA 94596
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Interim Public Works
Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 6 and Appropriating
Funds ($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for
Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering
Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services
($500,000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential
Plumbing Services ($200,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 16, 2016. 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 Loth, 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 Gary Wiman at (209) 333-
670
Chh les E. Swimley, Jr.
Interim Public Works Director
CES/tdb
Enclosure
cc: City Clerk
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
CITY OF LODI
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
www lodi.goy
March 9, 2016
Henderson Brothers Company
217 South Sacramento Street
Lodi, CA 95240
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Interim Public Works
Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 6 and Appropriating
Funds ($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for
Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering
Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services
($500, 000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential
Plumbing Services ($200,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 16, 2016. 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 Gary Wiman at (209) 333-
6706 _ I
Choi es E. Swimley, Jr.
Int m Public Works Director
CES/tdb
Enclosure
cc: City Clerk
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
Terracon
902 Industrial Way
Lodi, CA 95240
CITY OF LORI
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
March 9, 2016
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Interim Public Works
Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the
Following Entities for the Water Meter Program Phase 6 and Appropriating
Funds ($5,600,000):
A. DSS Company dba Knife River Construction, of Stockton, for
Construction ($4,183,790)
B. RMC Water and Environment, of Walnut Creek, for Engineering
Services ($38,880)
C. Terracon, of Lodi, for Construction Testing and Inspection Services
($500,000)
D. Henderson Brothers Company, of Lodi, for On -Call Residential
Plumbing Services ($200,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 16, 2016. 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 Gary Wiman at (209) 333-
670f r .
Charles E. Swimley, Jr.
3 I Interim Public Works Director
CES/tdb
Enclosure
cc: City Clerk