HomeMy WebLinkAboutAgenda Report - June 6, 2018 C-18TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C18
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Terracon Consultants, Inc. of Lodi, for Construction Materials
Testing and Inspection Services ($150,000)
MEETING DATE: June 6, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Terracon Consultants, Inc. of Lodi, for
construction materials testing and inspection services, in the amount
of $150,000.
BACKGROUND INFORMATION: The Public Works Engineering Division requires the services of
materials testing and inspection firms to provide analytical support
during the design of projects, as well as miscellaneous required
testing and inspection services during construction of minor improvement projects.
This Professional Services Agreement provides on-call support for construction materials testing and
inspection services for City projects programmed for Fiscal Year 2018/19. These projects include the
Transit Station Security Fence Project, 2019 Alley Improvements Project, 2018/2019 Bus Stop and Shelter
Improvements, 2018/2019 Pavement Surface Treatment Project, Wastewater Main Rehabilitation Project
No. 7, Lockeford Street Improvements, and various other projects.
This highly competent local firm has provided construction materials testing and inspection services on
numerous City projects for many years. The agreement is based on a time -and -materials, not -to -exceed
$150,000 through June 30, 2019.
Staff recommends authorizing City Manager to execute Professional Services Agreement with Terracon
Consultants, Inc. of Lodi, for construction testing and inspection services, in the amount of $150,000.
FISCAL IMPACT:
Construction materials testing and inspection services are necessary to
assure City projects are being constructed properly and perform as expected
throughout their useful life. Funding for these services will be utilized from
various funding sources appropriated on a project specific basis. The
estimated cost to the General Fund is expected to be less than $30,000.
FUNDING AVAILABLE: Funding is included in the proposed Fiscal Year 2018/19 Budget.
Andrew Keys
Deputy City Manager/Internal Services Director
Ci�z�
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tb
Attachment
APPROVED: I _
Ste , n1chwabaa er, dity Manager
K:\WP\COUNCIL\2018\CC Award NOA PSA 2018.doc 5/16/2018
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2018, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
CONSULTANTS, INC., a Delaware corporation (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
construction materials testing and inspection services (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 July 1, 2018 and terminates upon the
completion of the Scope of Services or on June 30, 2019, 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:
To CONTRACTOR:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Lyman Chang
Terracon Consultants, Inc.
902 Industrial Way
Lodi, CA 95240
Attn: Troy Schiess
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law. Jurisdiction. Severability. and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: TERRACON CONSULTANTS, INC., a Delaware
JANICE D. MAGDICH, City Attorney corporation
By: By:
Name: TROY M. SCHIESS
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:
(Business Unit & Account No.)
Doc ID: K:\WP\PROJECTS\PSA's\2018\Terracon Various Projects.doc
CA:Rev.01.2015
8
Exhibit A/B
IFerracon
25 April 2018 Proposal No. PNA181088
City of Lodi - Pubic Works Department
Attn: Mr. Lyman Chang
Deputy Public Works Director
PO Box 3006
Lodi, CA 95241
(209) 333-6706
Re: Proposal to Provide Construction Materials Testing and Inspection Services
Terracon is pleased to srrbrrrt a proposal to provide materials testing and inspection services for the City of Lodi Various Projects
2018-2019 project located at various locations within the City of Lodi, California We have extensive experience providing construction
materials testing and inspection services.
Some of the planned projects within this contract are below, but are not limited to this list:
• 2019 Alley Improvements
• 2018/2019 Bus Stop Improvements
• 2018 Pavement Surface Treatment
• 2018/2019 Pavement Resurfacing Project
• Transit Station Securfiy Fencing
• Wastewater Main Rehabilitation Project 7
• Lockeford Street Improvements
• White Slough Levee Project
• White Slough Pond Project
• Reynolds Ranch Water Tank Project
• Miscellaneous Parks Improvement Project
Services for individual projects will be as requested by the City. Total contract services not -to -exceed $150,000.
We are confident that Terracon wil provide the City of Lodi with a high level of service and kook 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
troy.schiess@tenacon.can. Thank you for your time and consideration.
Sincerely,
Terracon,
Troy M. Schies.,, PE 71404
Materials Department Manager
Attachment: 2018 Schedule of Services and Fees
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 253.0600
terracon.com
E • F,icilitics • G.)^ee l mcal • Mrlteritils
lierracon
Schedule of Services and Fees
ENGINEERING SERVICES
Senior Prindpal Engineer 250.00/hr
Prindpal Engineer/Geologist 225.00/hr
Associate Engineer/Geologist 195.00/hr
Senior Engineer / Geologist / Sdentist 175.00/hr
Project Engineer / Geologist/ Sdentist 165.00/hr
Staff Engineer / Geologist / Sdentist 135.00/hr
Expert Consulting 275.00/hr
Expert Testimony 495.00/hr
Asphalt Concrete Consulting 145.00/hr
ACI Technidan (Epoxy and Sampling only) 86.00/hr
ICC Inspector (Reinfordng Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 92.00/hr
AC/Solls Inspector 89.00/hr
Certified Feld/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/Constrton 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 283.00/hr
Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQIink III, 24 Channel
Acquisition System, 2 man crew 280.00/hr
Ground Penetrating Radar, spedal antennas may warrant additional charge 225.00/hr
In-situ Soil Resistivity Testing, Minl-res tester 185.00/hr
Post Processing and Analysis 165.00/hr
MLLE
Drilling/Sampling (Track mounted rigs, 2 -person crew) 275.00/hr
Drilling/Sampling (Simco 2400 and Mobile B24 truck mounted, Minute Man, 2 person crew) 225.00/hr
Drilling/Sampling (CME75 Auger) 285.00/hr
Drilling/Sampling (CME75 Mud Rotary w/desander) 325.00/hr
Drilling and Sampling (CME75 Rock Coring) Request Quote
Borehole Grouting 285.00/hr
Responsive 0 Resourceful 0 Reliable 2018 Fee Schedule (Revised 1/26/18)
Page 2 of 7
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Circle Unit E Concord, CA 94520
lTerracon
Schedule of Services and Fees (Continued)
Band -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/Traller (Quote will be given upon request for second operator) 165.00/hr
Bit Charges per 6" max core length, 4" max core diameter 34.00/ea
Support Truck not Including mileage (500 gallon water tank) 250.00/day
2"x6" 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 (leaner 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
Triaxfa/ 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
Con ollaabbn Test:
Swell Only 200.00/ea
Consolidation without Time Rate 340.00/ea
Consolidation with Time Rate, per load increment (additional charge) 120.00/ea
LABORATORY
1101 MIX ASPHALT (HMA)
Job Mix Formula (Reduced Rate for Multiple JMFs) Request Quote
CTM 202 Sieve Course Agg 60.00/ea
CTM 202 Sieve Fine Agg 75.00/ea
CTM 202 Sieve Ignition Sample 140.00/ea
CTM 202 Batch Plant Gradation Report 50.00/ea
CTM 204 Plastldty Index 125.00/ea
CTM 205 Determining % Crushed Particles 185.00/ea
CM 206 Bulk SpG & Absor Coarse Agg 70.00/ea
CTM 207 Bulk SpG (SDD) Fine Agg 90.00/ea
CTM 211 LA Rattler Request Quote
CTM 214 Sodium Sulfate Soundness (per Sieve) 150.00/ea
CTM 217 Sand Equivalent 140.00/ea
CTM 226 Moisture Content of Aggregates by oven drying 40.00/ea
Responsive 0 Resourceful 0 Reliable
2018 Fee Schedule (Revised 1/26/18)
Page 3 of 7
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct *100 Sacramento, CA 95834 ♦ 5075 Commercial Circle Unit E Concord, CA 94520
lierracon
Schedule of Services and Fees (Continued)
CTM 227 Cleanness Coarse Agg
CTM 229 Durability Index
CTM 234 - AASHTO 1304 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 Gay Bit Mix
CTM 366 Stabilometer Value (Set of 3)
CTM 370 Moisture Content of Bit. Mix by Microwave
CTM 371 Tensile Strength Ratio Held Mbc
CTM 382 Ignition Furnace Asphalt Content
CTM 382 Ignition Furnace 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 Volumetrlts (VMA, VFA, DP) Calculations Report
LP -10 Sampling and Testing CRM
ASTM D2974 Organic Matter
ASTM D5334 Thermal Resistivity
lARSHALL Kilt 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. Specific Gravity of Bituminous Mix.
AGGREGATES
ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size)
ASTM C40 Injurious Impurity Matter
ASTM C29 Unit Weight (aggregate)
CTM 212 Unit Weight (aggregates)
CTM 217 Sand Equivalent Test
C128 Specific Gravity, Fine
C127 Spedflc Gravity, Coarse
C535 Los Angeles Rattler Test (500 revolutions)
CTM 227 Cleanness Value, Coarse Aggregate
CTM 229 Durability Index: Rne & Cm/se Aggregate
C142 Percent Friable Partides
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability)
Atterberg Limit D4318
Permeability Falling Head
Specific Gravity Determination ASTM D854
C136 Sieve Analysis Fine
C136 Sieve Analysis Course
Wash 200 D1140
Hydrometer ASTM D422
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
Responsive Ci Resourceful D Reliable 2018 Fee Schedule (Revised 1/26/18)
Page 4 of 7
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal Grde Unit E Concord, CA 94520
lrerracon
Schedule of Services and Fees (Continued)
Laboratory Matdmum Dry Density/Optimum Moisture Content Deteyminatlon
4" mold AASHTO 199, ASTM D698
6" mold AASHTO T99, ASTM D698
4" mold AASHTO 1180, ASTM D1557
6" mold AASHTO T180, ASTM D1557
CTM 216 Relative Compaction, Untreated and Treated Soils
CTM 301 R -Value Untreated Samples
CTM 301 R -Value Treated Samples
pH Test
pH -Lime Determination Test
Resistivity and pH Test CTM 643
Swell Test (Facpansion Index) ASTM D4829
CTM 373 Unconfined Compressive Lime treated Specimen
Compressive Strength Cement
Compressive Strength Lime
Percent Ume/Cement Design, based on compressive strength
(includes R -value, pH Lime Determination and Unconfined Compressive Strength)
Unconfined Compression Test ASTM D2166
MIMNIUMMU
Compression Tests on Core Specimens (indudes prep) ASTM C42
Shear Tests Masonry Core
Compression Tests: (Same price for untested "hold"speamens)
Compression Test Grout Molds
Compression Test Mortar Cylinder
Compression 2"x4" Cylinder Molds
Compression Masonry Prism (2 -block, mortared & grouted)
Coraete Masonry Unit: (Same prig for untested "hold" spedmens)
Compression Test Masonry Unit 8"x8'516"
Masonry Absorption Tests ASTM C140
Masonry Shrinkage (Volume Change)
Masonry Lineal Shrinkage with Absorption
Masonry Shrinkage with Absorption and Compression
CONCRETE
Concrete Mix Design Review
Additional Concrete Mbc Design (using same materials)
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Floor Flatness Testing
Floor Flatness Report
Unit Weight Rreproofin g
Compression Test Concrete Cylinders (same price for untested "hold" specimens)
Flexural Strength, Concrete Beams, 6"5(6"5(24 ASTM C78
Cylinder Molds (6" x12")
Cement Content of Hardened Portland Cement Concrete ASTM C85
Shrink Bar Testing (3 bars per set) ASTM C157
Compression Tests on Core Spedmens (Incudes prep) ASTM C42
Caldum Chloride Moisture Test Kit (indudes calculations)
Responsive D Resourceful 0 Reliable
235.00/ea
245.00/ea
235.00/ea
245.00/ea
220.00/ea
325.00/ea
325.00/ea
60.00/ea
175.00/ea
200.00/ea
215.00/ea
300.00/ea
300.00/ea
300.00/ea
1600.00/ea
120.00/ea
75.00/ea
145.00/ea
28.00/ea
28.00/ea
15.00/ea
185.00/ea
185.00/ea
105.00/ea
185.00/ea
260.00/ea
420.00/ea
200.00/ea
150.00/ea
Request Quote
135.00/hr
450.00/ea
50.00/ea
28.00/ea
125.00/ea
7.00/ea
Request Quote
420.00/set
75.00/ea
80.00/ea
2018 Fee Schedule (Revised 1/26/18)
Page 5 of 7
arde Unit E Concord, CA 94520
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal
lrerracon
Schedule of Services and Fees (Continued)
SIii:EilAVIEWASThilASHEIANSVAPI
.Structura/Stec/
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/Impact Wrench Calibration, Skidmore -Wilhelm
HSB Assembly Torque Determination, Skidmore -Wilhelm
Welder Qua//fratfon 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 /ndude response to plan dieck.
Remodel Pian [Engineer site visit may be required]
Remodel Pool Pian (typical in -ground) [Engineer excavation inspection required]
Residential Pool Pian (drilled piers) [Geotechnical investigation report required]
Commercial Pool Plan (typical in -ground) [Geotechnical investigation report required]
Commercial Pool Pian (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 0 Resourceful 0 Reliable
135.00/ea
165.00/ea
205.00/ea,
plus machining cost +20%
350.00/set
70.00/ea
320.00/ea
320.00/set
750.00/ea
130.00/ea
225.00/ea
75.00/ea
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
20.00/ea
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
2018 Fee Schedule (Revised 1/26/18)
Page 6 of 7
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commercial Circle Unit E Concord, CA 94520
lrerracon
Schedule of Services and Fees (Continued)
MISCELLANEOUS
Automobile Mileage
Subsistence and Lodging
Equipment Rental
PM/PE Review/Admin Support (per report)
Pad Certification Report
Anal Letter (Testing/Inspections)
Additional Copy of Report (wet -signed)
Miscellaneous Item Charge
Air & Ground Transportation
CAD — Prints
Responsive D Resourceful D Reliable
0.90/mile
cost + 20%
cost + 20%
90.00/each
150.00/each
200.00/earn
50.00/eadi
Cost +20%/each
Cost +20%/each
10.00/sheet
NOT TO EXCEED $150,000
2018 Fee Schedule (Revised 1/26/18)
Page 7 of 7
902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commercial Cirde Unit E Concord, CA 94520
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Professional Services
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than
$1,000,000 per occurrence or claim, $2,000,000 aggregate. May be waived by Risk Manager depending on the scope of services.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38 and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) 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.
(d) Severabilitv 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 under the Contractors commercial general liability and automobile liability policies.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
Page 1 1 of 2 pages 1 Risk: rev. 3/1/2018
(f)
Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. 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.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(E) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(I) Claims Made Policies
If any of the required policies provide coverage on a claims -made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the
contract of work.
3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior
to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after
completion of contract work.
(m) 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.
Page 2 I of 2 pages Risk: rev. 3/1/2018
RESOLUTION NO. 2018-104
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH TERRACON CONSULTANTS, INC., OF LODI, FOR
ON-CALL CONSTRUCTION MATERIALS TESTING AND INSPECTION
SERVICES FOR VARIOUS CITY PROJECTS
WHEREAS, the Public Works Engineering Division requires the services of materials
testing and inspection firms to provide analytical support during the design of projects, as well
as miscellaneous required testing and inspection services during construction of minor
improvement projects; and
WHEREAS, this Professional Services Agreement provides on-call support for
construction materials testing and inspection services for City projects, including Transit Station
Security Fence Project, 2019 Alley Improvements Project, 2018/19 Bus Stop and Shelter
Improvements, 2018/19 Pavement Surface Treatment Project, Wastewater Main Rehabilitation
Project No. 7, Lockeford Street Improvements, and various other projects; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Terracon Consultants, Inc., of Lodi, for on-call construction materials
testing and inspection services, in an amount not to exceed $150,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Terracon Consultants, Inc., of Lodi, California, for on-call construction materials testing and
inspection services for various City projects, in an amount not to exceed $150,000 over the
one-year term of the agreement.
Dated: June 6, 2018
I hereby certify that Resolution No. 2018-104 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 6, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mayor Nakanishi
ABSTAIN: COUNCIL MEMBERS — None
-).)112_AA.eLDA
JENNIFEi II +I. FERRAIOLO
City Clerk
2018-104