HomeMy WebLinkAboutAgenda Report - May 5, 2021 C-08AGENDA ITEM
CITY OF LODI
a ;
COUNCIL COMMUNICATION
TM
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: May 5, 2021
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 2021/22. These projects include 2021
Pavement Resurfacing Project, Church Street Bike Lane Project, Alley Improvement Projects, Well 28 GAC
Improvements Project, and various other City 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 -2nd -materials, not -to -exceed
$150,000 through June 30, 2022.
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 2021/22 Budget.
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Charles L. Swim ey, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/City Engineer
CES/LC/tc
Attachment
APPROVED:
Manager
llcvcfilv02\pubwks$1WP\COUNCIL\20211CC Award Terracon PSA 2029.riac �J 4/19/2021
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON
CONSULTANTS, INC., a California 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
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 July 1, 2021 and terminates upon the
completion of the Scope of Services or on June 30, 2022, whichever occurs first.
z
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: Lyman Chang
To CONTRACTOR: Terracon Consultants, Inc.
902 Industrial Way
Lodi, CA 95240
Attn: Troy M. Schiess, P.E.
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.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JLNNIrLK UUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:.
jdm
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
TERRACON CONSULTANTS, INC., a California
corporation
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:
(Business Unit & Account No.)
Doc ID:\\cvcfilv02\pubwks$\WP\PROJECTS\PSA's\2021\Terracon\Terracon PSA.doc
CA:Rev.01.2015
9
Exhibit A/B
Irprrarnn
March 24, 2021
Proposal No. PNA211089
City of Lodi - Public 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 submit a proposal to provide materials testing and inspection services for
the City of Lodi Various Projects 2021-2022 project located at various locations within the City of
Lodi, California. We have extensive experience providing construction materials testing and
inspection services.
The following table provides prevailing wage rates per California prevailing wage determinations.
Item Description
Group 2 Wage Determination ICC Certified Structural Inspector,
Welding Inspections
Group 3 Wage Determination Soils/Asphalt, Earthwork Grading
Rate
CWI $116.00/hr
$110.00/hr
Group 4 Wage Determination ACI Concrete, Torque Testing I $99.00/hr
TOTAL NOT TO EXCEED ! $160,000
Note: Inspections that are not subject to prevailing wages will be based on the attached Schedule of Services and Fees
which provides non -prevailing wage rates Services for individual projects will be as requested by the City. Total contract
services not -to -exceed $150,000.
We are confident that Terracon will 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 troy.schiess(@teriacon.com. Thank you for
your time and consideration.
Sincerely, AOMP
Troy M. Schiess, P.E.
Senior Associate
Department Manager
Attachment: 2021/2022 Schedule of Services and Fees
Terracon 902 Industrial Way Lodi, CA 95240
Main (209) 367-3701 Fax (209) 333-6303 Dispatch (209) 263-0600
terracon.com
- V 1 L' � � f i� •
Schedule of Services and Fees
Environmental, Geotechnical, Structural, and Materials Services
ENGINEERING SERVICES
Senior Principal Engineer
250.00/hr
Principal Engineer/Geologist
225.00/hr
Associate Engineer/Geologist
195.00/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
ACI Technician (Epoxy and Sampling only)
99.00/hr
ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing)
116.00/hr
AC/Soils Inspector
110.00/hr
Certified Field/Shop Welding Inspector (AWS/CWI)
116.00/hr
DSA Masonry Inspector
116.00/hr
CAD Designer
100.00/hr
CAD Drafter
88.00/hr
Accountant
95.00/hr
Administrative Assistant
65.00/hr
HOT MDC ASPHALT (HMA) SERVICES
HMA Placement Inspector
110.00/hr
HMA Density Process Control
110.00/hr
HMA Density Cores
110.00/hr
HMA Data Cores
110.00/hr
HMA Production Inspector
110.00/hr
HMA Design Review
200.00/ea
Lead Project Inspector
Request Quote
Building/Construction Project Inspector
Request Quote
Caltrans Certified Laboratory Technician
94.00/hr
CTM125 Sample Hwy Material
110.00/hr
Quality Control Manager
165.00/hr
Quality Control Plan
500.00/ea
EXPLORATION
GEOPHYSICAL
Seismic Refraction 1D -3D, Seismic Source DAQlink III, 24 Channel Acquisition System, 2 -man crew 280.00/hr
Multi -Channel Analysis of Surface Waves iD-31), Seismic Source DAQlink III, 24 Channel Acquisition
System, 2 man crew 280.00/hr
Ground Penetrating Radar, special antennas may warrant additional charge 225.00/hr
In-situ Soil Resistivity Testing, Mini -res tester 185.00/hr
Post Processing and Analysis 165.00/hr
Responsive 13 Resourceful 17 Reliable
902 Industrial Way Lodi, CA 95240
2021 Fee Schedule
Irerracon
Schedule of Services and Fees (Continued)
DRILLING
Drilling/Sampling (D50/D90 Track mounted rigs, 2 -person crew)
285.00/hr
Drilling/Sampling (D50/D90 Auger)
275.00/hr
Drilling/Sampling (D50/D90 Mud Rotary w/desander)
325.00/hr
Drilling/Sampling (D50/D90 Rock Coring)
Request Quote
Drilling/Sampling (CME75 Track mounted rigs, 2 -person crew)
285.00/hr
Drilling/Sampling (CME75 Auger)
275.00/hr
Drilling/Sampling (CME75 Mud Rotary w/desander)
325.00/hr
Drilling/Sampling (CME75 Rock Coring)
Request Quote
Borehole Grouting
285.00/hr
Hand -Auger Soil Sample (1 -person Crew)
135.00/hr
Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator)
145.00/hr
Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator)
165.00/hr
Bit Charges per 6" max core length, 4" max core diameter
34.00/ea
Support Truck not including mileage (500 gallon water tank)
250.00/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 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 load increment (additional charge)
120.00/ea
Responsive 0 Resourceful 0 Reliable 2021 Fee Schedule
Page 2 of 5
902 Industrial Way Lodi, CA 95240
Irerracon
Schedule of Services and Fees (Continued)
LABORATORY SERVICES
Sieve Analysis Fine Agg.
(ASTM C136, AASHTO T27, CTM 202)
100.00/ea
Sieve Analysis Coarse_Agg.
(ASTM C136, AASHTO T27, CTM 202)
85.00/ea
LA Abrasion
(ASTM C131, AASHTO T96, CTM 211)
250.00/ea
Sand Equivalent
(ASTM D4319, AASHTO T176, CTM 217)
140.00/ea
Determining % Crushed Particles
(ASTM D5821, AASHTO T335, CTM 205)
195.00/ea
Bulk Specific Gravity & Absorption — Coarse Agg.
(ASTM C127, AASHTO T85, CTM 206)
85.00/ea
Bulk Specific Gravity & Absorption - Fine Agg.
(ASTM C128, T84, CTM 207)
100.00/ea
Cleanness Value - Coarse Agg
(CTM 227)
165.00/ea
Durability Index — of Coarse and Fine Agg.
(ASTM D3744, AASHTO T210, CTM 229)
250.00/ea
Angularity of Fine Agg.
(ASTM C1252, AASHTO T304, CTM 234)
185.00/ea
Flat and Elongated Particles
(ASTM D4791, CTM 235)
200.00/ea
Moisture Content of Aggregate by Oven Drying
(ASTM C566, AASHTO T255, CTM 226)
40.00/ea
Sodium Sulfate Soundness per size fraction
(ASTM C88, AASHTO T104, CTM 214)
145.00/ea
Unit Wt. and Voids in Aggregate
(ASTM C29, AASHTO T19, CTM 212)
180.00/ea
Organic and Injurious Impurities
(ASTM C40, AASHTO T21, CTM 213)
75.00/ea
Percent Clay Lumps & Friable Particles
(ASTM C142, AASHTO T112)
165.00/ea
% Finer than #200 sieve in Agg. By washing
(ASTM C117, AASHTO T11, CTM 202)
65.00/ea
Caltrans Class II Aggregate Base Conformance
(Gradation, SE, Durability, R -Val,
Testing Suite
Compaction)
750.00/ea
SOILS
Atterberg Limits (wet prep. As recd)
(ASTM D4318, AASHTO T90, CTM 204)
125.00/ea
Atterberg Limits (dry prep. pulverize)
(ASTM D4318, AASHTO T90, CTM 204)
175.00/ea
Specific Gravity Determination
(ASTM D854, AASHTO T100, CTM 209)
90.00/ea
% Finer than #200 sieve in soil by Washing
(ASTM D1140)
80.00/ea
Mech Analysis of Soil by hydrometer (with sieve)
(ASTM D422, AASHTO T88, CTM)
325.00/ea
Mech Analysis of Soil by hydrometer (No sieve)
(ASTM D422, AASHTO T88, CTM)
230.00/ea
Maximum Dry Density Standard Proctor 4" Mold
(ASTM D698, AASHTO T99)
235.00/ea
Maximum Dry Density Standard Proctor 6" Mold
(ASTM D698, AASHTO T99)
245.00/ea
Maximum Dry Density Modified Proctor 4" mold
(ASTM D1557, AASHTO T180)
255.00/ea
Maximum Dry Density Modified Proctor 6" mold
(ASTM D1557, AASHTO T180)
265.00/ea
Relative Compaction, Untreated and Treated Soils
(CTM 216)
220.00/ea
R -Value Untreated Samples
(ASTM D2844, AASHTO T190, CTM 301)
375.00/ea
CTM 301 R -Value Treated Samples
(ASTM D2844, AASHTO T190, CTM 301)
375.00/ea
pH Test — Corrosivity
(ASTM D4792, AASHTO T289)
70.00/ea
pH Test — for lime determination
(ASTM D6276)
175.00/ea
Resistivity and pH of Soil and Water
(CTM 643)
200.00/ea
Swell Test (Expansion Index)
(ASTM D4829)
215.00/ea
Unconf. Comp. Strength of Lime treated Soil
(CTM 373)
300.00/ea
Unconf. Comp. Strength of Cement treated Soil
(ASTM D1633)
300.00/ea
Percent Lime/Cement Design, based on compressive strength
(includes Proctors, R -value, pH Lime Determination and Unconfined Compressive Strength)
4500.00/ea
Unconfined Compression of Undisturbed Soil
(ASTM D2166, AASHTO T208)
120.00/ea
Responsive 0 Resourceful 0 Reliable
2021 Fee Schedule
Page 3 of 5
902 Industrial Way Lodi, CA 95240
Irerracon
Schedule of Services and Fees (Continued)
MASONRY BRICK/ BLOCKITILE /MORTAR/GROUT
Compression Tests Masonry Mortar & Grout. (Same price for untested "hold" specimens)
Compression Test 2"x2" Grout Cube
(ASTM C140)
37.00/ea
Compression Test 4"x8" Grout Cylinder
(ASTM C39)
37.00/ea
Compression 2"x4" Mortar Cylinder
(ASTM C39)
30.00/ea
Compression Test Cast Masonry Prism
(ASTM C1314)
195.00/ea
Compression test on Masonry Cores
(ASTM C39)
75.00/ea
Compression test on cut Masonry Coupons
(ASTM C140)
175.00/ea
Compression Test Masonry Standard Unit 8"x8"x16"
(ASTM C140)
145.00/ea
Masonry Lineal Shrinkage with Absorption
(ASTM C140)
260.00/ea
Masonry Shrinkage with Absorption and compression
(ASTM C140)
440.00/ea
Bond Shear Test Masonry Core 4" and 6" diam
145.00/ea
Mortar Bar Shrinkage Lineal
(ASTM C1148)
195.00/ea
CONCRETE
Concrete Mix Design Review
200.00/ea
Additional Concrete Mix Design (using same materials)
150.00/ea
Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests
Request Quote
Floor Flatness Testing
135.00/hr
Floor Flatness Report
450.00/ea
Unit Weight Fireproofing
50.00/ea
Compression Test Concrete Cylinders (same price for untested "hold" specimens)
28.00/ea
ASTM C78 Flexural Strength, Concrete Beams, 6"x6"x24
135.00/ea
Cylinder Molds (6"x12'
7.00/ea
ASTM C85 Cement Content of Hardened Portland Cement Concrete
Request Quote
ASTM C157 Shrink Bar Testing (3 bars per set)
420.00/set
ASTM C42 Compression Tests on Core Specimens (includes prep)
75.00/ea
Calcium Chloride Moisture Test Kit (includes calculations)
80.00/ea
STEEL AW5 ASTM ASME ANSI API
Structural Steel
Tensile & Bend Tests:
Reinforcement Steel Tensile & Bend <6
145.00/ea
Reinforcement Steel Tensile & Bend 6 to 9
175.00/ea
Reinforcement Steel No. 10 and larger
225.00/ea
High-strength Bolt (HSB), Nut & Washer Testing
250.00/ea bolt
Rockwell Hardness Test
70.00/ea
HSB Torque Wrench/Impact Wrench Calibration, Skidmore -Wilhelm
320.00/ea
HSB Assembly Torque Determination, Skidmore -Wilhelm
320.00/set
HOT MIX ASPHALT
Asphalt Binder Com _Q&ludes mix moisture determination vy oven drv]
Ignition Furnace Calibration (ASTM D6307, AASHTO T308, CTM 382) 400.00/ea
Asphalt Binder Content by Ignition (ASTM D6307, AASHTO T308, CTM 382) 160.00/ea
Mechanical Analysis of Extracted Agg. (ASTM D5444, AASHTO T30, CTM 202 App. A) 125.00/ea
Asphalt Binder Content by Solvent Ext. (ASTM D2172) 195.00/ea
Responsive i7 Resourceful 0 Reliable 2021 Fee Schedule
Page 4 of 5
902 Industrial Way Lodi, CA 95240
lrerracon
Schedule of Services and Fees (Continued)
HOT MIX ASPHALT cont.
S eeifrc Gravity (spar) Testin
Theoretical Maximum Density (Rice) (ASTM D2041, AASHTO T209, CTM 309)
Bulk Spgr. Gravity of Compacted HMA (wax) (AASHTO T275, CTM 308A)
Bulk Spgr. Gravity of Compacted HMA (SSD) (ASTM D2726, AASHTO T166, CTM 308C)
Bulk Spgr. Field core specimens (All Methods)
HMR Testin by NVEEM Methods
Stability "S" -Value (ASTM D1560, AASHTO T246, CTM 366)
Test Maximum Density (CTM 375 5.D)
Stability and Air Voids Determination
(includes S -Value, Rice, Bulk spgr wax (3), and report)
Full Hveem Mix Design
HMA Testin by Marshall Methods
Stability and Flow (ASTM D6927, AASHTO T245)
Stability, Flow and Air Voids Determination
(includes Stability & Flow, Rice, Bulk spgr SSD (3), and report)
Full Marshall Mix Design
HMA Testingby_Superpave Gjrratory Methods
Compaction of Gyratory Specimens (ASTM D6925, AASHTO T312) Dense Grade Mix
Mix Air Voids Determination (VA)
(includes Compaction & Bulks (3), Rice, and report)
Mix Volumetrics Report (AV, VMA, VFA, DP)
(includes all Mix and Agg testing requirements)
Hamburg Wheel Tracker Test (HWT) (AASHTO T324)
Gap Grade Rubber
Dense Grade Mix
Gap Grade Rubber
Dense Grade Mix (w/RAP)
Dense Grade (no RAP)
Gap Grade Rubber
Dense Grade Mix
Gap Grade Rubber
Moisture Induced Damage (TSR) (ASTM D4867, AASHTO T283) Dense Grade Mix
Gap Grade Rubber
Production Startup Evaluation per Caltrans Section 39 Dense Grade Mix (w/RAP)
(includes all Mix Volumetrics, TSR, HWT, Agg Qualities, report) Dense Grade (no RAP)
Prices wX be adjusted For tests excluded at clients written reauest Gap Grade Rubber
Full Superpave Mix Design
Automobile Mileage
Subsistence and Lodging
Equipment Rental
PM/PE Review/Admin Support (per report)
Pad Certification Report
Final Letter (Testing/Inspections)
Additional Copy of Report (wet -signed)
Miscellaneous Item Charge
Air & Ground Transportation
CAD — Prints
Responsive 0 Resourceful 0 Reliable
MISCELLANEOUS
902 Industrial Way Lodi, CA 95240
165.00/ea
35.00/ea
40.00/ea
45.00/ea
325.00/ea
330.00/ea
550.00/ea
Request Quote
300.00/ea
525.00/ea
Request Quote
70.00/ea
100.00/ea
375.00/ea
465.00/ea
950.00/ea
785.00/ea
875.00/ea
1000.00/ea
1250.00/ea
1000.00/ea
1250.00/ea
3560.00/ea
3415.00/ea
3865.00/ea
Request Quote
0.90/mile
cost + 20%
cost + 20%
90.00/each
150.00/each
200.00/each
50.00/each
Cost +20%/each
Cost +20%/each
10.00/sheet
2021 Fee Schedule
Page 5 of 5
OFIO
� O
4 0
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). Please see attached flyer regarding PINS Advantage.
Insurance Renuirements 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. In the event Contractors insurance cannot fully cover any hired subcontractor,
the terms of insurance herein shall be requirements for the subcontractor. The amount of such insurance shall be as
follows:
COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Each Occurrence
$4,000,000 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.
When project specific insurance is required, 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:
Insurance Renuirements for Contractor (continued)
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides commercial
general 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 commercial general liability and automobile liability 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 ther� oiect that it is insuring.
(c) Waiver of Subragation
Page 11 of 2 pages I Risk: rev.08.28 2017
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) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(e) 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.
(f) 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 under the Contractors commercial general liability and
automobile liability policies.
(g) 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-
(h) 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.
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 (1 st) 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.
(j) Qualified insurers)
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 Comoensabon Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.08.28.2017
Signature: r � lIG� V zudzGh
Email: jmagdich@lodi.gov_
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) Completed O erati ns Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(e) Limils gf 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.
(f) SeveralsilVty 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.
(g) Notlee of Cancellation cr Change in Gove�rae_Endorsoment
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.
(h) 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.
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.
(j) 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 QgWpensation Insurance, The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages Risk: rev.08.28.2017
RESOLUTION NO. 2021-117
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH TERRACON CONSULTANTS,
INC., OF LODI, FOR CONSTRUCTION MATERIALS TESTING
AND INSPECTION SERVICES
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, the Professional Services Agreement provides on-call support for
construction materials testing and inspection services for City projects programmed for Fiscal
Year 2021/22; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Terracon Consultants, Inc., of Lodi, for on-call construction testing and
inspection services on a time -and -materials basis, 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 testing and inspection services on a
time -and -materials basis, in an amount not to exceed $150,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: May 5, 2021
I hereby certify that Resolution No. 2021-117 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 5, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
"
6?J�E�rN
1.e
N�RUMIR
City Clerk
2021-117