HomeMy WebLinkAboutAgenda Report - June 20, 2012 C-15AGENDA ITEM �'�is
CITY OF LODI
COUNCIL COMMUNICATION
Im
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Neil O. Anderson & Associates, of Lodi, for Construction Testing and
Inspection Services ($100,000)
MEETING DATE: June 20,2012
PREPARED BY: Public Works Director
RECOMMENDEDACTION: Adopt resolution authorizing City Managerto execute professional
services agreement with Neil O. Anderson & Associates, of Lodi, for
construction testing and inspection services in the amount of
$100,000.
BACKGROUND INFORMATION: The Public Works Engineering Division requires the services of
construction testing and inspectionfirms to provide analytical support
during the design of projects, as well as miscellaneous required
testing and inspection services during construction of minor improvement projects. On April 20, 2011,
City Council authorized Neil O. Anderson & Associates to provide these services through June 30, 2012.
Staff recommends executing a professional services agreement for the company to provide these services
for an additional year. The agreement will allow City staff to use Neil O. Anderson & Associates on an "on
call' basis, as needed. Projects include Hutchins Street Widening, Roget Park Improvements, 2012 Alley
Improvement Project, 2012 ADA improvements Project and various other projects. This local firm has
provided construction testing and inspection services on numerous City projects. The agreement is on a
time -and -materials basis with a not -to -exceed limit of $100,000 for the agreement period through
June 30,2013.
The requested appropriation is from the Engineering operating account. The fund will be reimbursed from
individual project -funded accounts.
FISCAL IMPACT: Having a single firm under contract to perform construction testing and
inspection services will save City staff time and expedite the project design
process.
FUNDING AVAILABLE: Funding appropriated with various capital projects.
A41_9f_a_ eA
Jorbdn Ayers
Deputy City Manager/InternaServices Director
Prepared by GaryWiman, Construction Project Manager
FWS/GW/pmf
APPROVED:
4�� 1,4 11 -
IF Wally
Public Works Director
Konradt Bartlam, City Manager
K UMPROJECTS\CC Award NOA PSA 2012.doc 6/7/2012
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIESAND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2012, by
and between the CITY OF LODI, a municipal corporation (hereinafter"CITY), and Neil
O. Anderson & Associates (hereinafter`CONTRACTOR).
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for Construction
Testing and Inspection Services on Various City Projects (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
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
priorto 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 CONTRACTORto 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 underthis 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, 2012 and terminates upon the
completion of the Scope of Services or on June 30, 2013, whichever occurs first.
2
ARTICLE 3
MPEN N
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 Pavment
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 underthis Agreement.
3
ARTICLE 4
EI 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 pursuantto the ADA.
Section 4.3 Indemnification and it for a rr g
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), 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 of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
ection .6 Insurance Requirementsfor � )N1 � T
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.
4
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: GaryWiman
To CONTRACTOR: Neil O. Anderson & Associates
902 Industrial Way
Lodi, California 95240
Attn: Garrett Hubbart
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
5
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 I J isdictioi re ilii I � 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
applicabie laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Reauirement
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.
6
Section 4 6 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.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
partiesto 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.
7
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL
City Clerk
APPROVED AS TO FORM:
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By:
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
CONTRACTOR:
Neil O.Anderson &Associates
By: _
Name:
Title:
Attachments:
Exhibit - Scope of Services
Exhibit B - Fee Proposal
ExhibitC - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Doc ID:
CA:rev.09.2 011
8
Exhibit;
OF MEMORANDUM,
O
k
To: • Anderson
From: Construction Project Manager
Date: May 23, 2012
Subject: Construction Testing and Inspection Services —Various City Projects
Scope of Services:
The Scope of Services for the Professional Services Agreement shall be Construction
Testing and Inspection Services as requested by the City of Lodi for Various City
Projects including but not be limited to:
Hutchins Street Widening
Roget Park
2012 Alley Improvements Project
2012 ADA Project
City Hall Parking Loft Improvements
Services for individual projects w71 be as requested by the City. Total contract services
not -to -exceed $100,000.
City will provide copies of project documents to NW O. Anderson & Associates as
requested.
Gary R. Wiman
Construction Project Manager
K:\WP\PROJECTS\NOA SCOPE OF SERVICES MEMO 2012-2013.DOC
Exhibit B
�g
GEOTECHNICAL
NEIL . ANDERSON ENVIRONMENTAL
AN b ASSOCIATES INSPECTIONS & TESTING
CITY OF LODI 'r'
2012 SCHEDULE OF FEES
€ t 5
LABORAT00 SERVICES
POOL ENGINEERING
POST TENSION DESIGN
Payment of invoices is due upon receipt. Invoices will be subject to a late payment charge of
1.5% per month after 30 days. After 60 days, past -due accounts may be submitted to a
collection agency with incurred fees assessed to your account.
MISCELLANEOUS CHARGES
All testing is to be scheduled a minimum of 24 hours in advance and cancellation is to be by 4:00
pm the day prior to the scheduled testing or a trip fee will be charged (minimum 2 hours),
These minimums are customary for our industry. Any inspection which is requested to be
performed on the same day will be charged an additional $10.00 per hour to expedite.
HOURLY CHARGES
Time shall be charged in 2 4 and 8 -hour increments with a 2 hour minimum for field inspections
and observation and shall be billed from portal to portal, Structural steel and welding inspections
shall be charged in 4 and 8 -hour increments with a 4 hour minimum. Weekends and holidays
will be charged in 4 and 8 hour increments.
OVERTIME
® Time worked in excess of 8 hours per day and Saturdays will be charged at one and one half
times the hourly rate, Two times the hourly rate will be charged for Holidays, Sundays and for
Saturdays after 8 hours.
PREMIUM TIME
An additional rate of $10.00 per hour will be charged for work performed before Gam or after
5pm.
PREVAILING WAGE
® 1 n accordance with California Prevailing Wage taw and Federal Davis Bacon taw, a surcharge of
$20.00 may be applied per hour for publicly funded projects. A wage differential of $30.00 per
hour may be charged for hours worked before 4 am and after 2 pm. These rates may vary
depending on where and what type of work will be performed.
CORPORATE OFF ICE 90211idustrial Way • Lodi, CA 95240 n 209.367.3701 -FAX 209.369.4228 - www.noandcrson.com
City of Ladi 2012 Fee Schedule
May 23,2012
2012 FEE SCHEDULE
Page 2
ENGINEERING SERVICES FOR CUSTOMER REF ONLY
Senior Principal Engineer
195.00/hr
Principal Engineer/Geologist
170.00/hr
Senior Engineer / Geologist / Scientist
155.00/hr
Project Engineer / Geologist/ Scientist
145.00/hr
Staff Engineer / Geologist / Scientist
125.00/hr
Expert Consulting
230.00/hr
Expert Testimony
460.00/hr
Asphalt Concrete Consulting
145.00/hr
ICC Inspector (A/C Soils Inspector, Reinforcing Steel, Masonry, Concrete, Structural Steel,
Post Tension Fire roofin
80.00/hr
AC/Soil Inspector with Nuclear Gauge
83.00/hr
Certified Welding Inspector AWS/CWI
95.00/hr
DSA Masonry Inspector
95.00/hr
CAD Designer
95.00/hr
CAD Drafter
80.00/hr
Accountant
95.00/hr
Administrative Assistant
60.00/hr
EXPLORATION
Geophysical:
Seismic Refraction iD-31D, Seismic Source DAQlink III, 24 Channel Acquisition System, 2
man crew
275.00/hr
Multi -Channel Analysis of Surface Waves 1D -31D, Seismic Source DAQlink III, 24 Channel
Acquisition System, 2 man crew
275.00/hr
Ground Penetrating Radar, special antennas may warrant additional charge
195.00/hr
In-situ Soil Resistivity Testing, Mini -res tester
160.00/hr
Post Processing and Analysis
155.00/hr
Drilling:.
Drilling and Sampling AMS and Simco track rigs, 2 -person crew
245.00/hr
Drilling and Sampling Simco 2400 Mobile B24 drill rig,Minute Man 2 person crew
225.00/hr
Drilling and Sampling CME75 Auger)
275.00/hr
Drilling and Sampling CME75 Mud Rota w/desander
325.00/hr
Drilling and Sampling CME75 Rock Corin
Request Quote
Borehole Grouting
275.00/hr
Hand -Auger Soil Sample (1 -person Crew
135.00/hr
Coring (Equipment plus Operator, quote will be given upon request for second operator)
140.00/hr
Coring Trailer
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/da
2"x6" Stainless -Steel Tubes and Caps, recycled
10.00/each
Permitting Fees
Cost + 20%
Bailers (disposable)
10.00/ea
Sampling Supplies loves, water, rope, etc.
25.00/da
Photo -ionization Detector PID
125.00/da
Water Level Indicator
30.00/da
ph/Conductivity/Temp Meter
50.00/da
Dissolved Oxygen Meter
50.00 da
Steam Cleaner
100.00/da
902 Industrial Way. Lodi, CA 95240. 209.367.3701 - Fax 209.333.8303 02012 MU O.Anderson &Associates. Inc.
City of Lodi 2012 Fee Schedule
May 23,2012
Page 3
Cement Pump and Mixer
100.00/da
Visqueen
75.00/roll
Drums
75.00/ea
Well Supplies
cost + 20%
Laborato Anal sis
cost + 20%
902 Industrial Way - Lodi, CA 95240. 209.367.3701 Fax 209.333.8303 02012 Neil O.Anderson &Associates, Inc
AGGREGATES
Sodium or Magnesium Sulphate Soundness ASTM C88
350.00/ea
Fine or Coarse 5 desper sieve size
Injurious Organic Matter fine aggregate) ASTM C40
75.00/ea
Unit Weight (aggregate) ASTM C29
80.00/ea
Sand E uivalentTest CTM 217
155.00/ea
Specific Gravity, Fine ASTM C128 and Coarse ASTM C127
80.00/ea
Absorption Test, Fine or Coarse Aggregates
70.00/ea
Specific Gravity, Fine, C128
140.00/ea
Specific Gravity,Coarse C127
140.00/ea
Los Angeles Rattler Test 500 revolutions ASTM C131
550.00 ea
Cleanness Value, CoarseAggregate CTM 227
200.00/ea
Durability Index: Fine Aggregate CTM 229 and Coarse Aggregate CTM 229
165.00/ea
Percent Crushed Particles C142
165.00/ea
Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE,
Durability)
695.00/ea
SOILS
Atterberg Limit ASTM D-4318
120.00/ea
Permeability (Falling Head
280.00/ea
Specific Gravity Determination ASTM D854
80.00/ea
Combined Gradin coarse & fine ASTM 0136/CTM 202
140.00/ea
Grading Analysis, fine with wash ASTM C136
115.00/ea
Grading Analysis, % minus #200 ASTM C112
80.00/ea
Hydrometer Analsis ASTM D422
230.00/ea
Laboratory Maximum Dry Density/Optimum Moisture Content Determination
4" mold AASHTO T99, ASTM D698
205.00/ea
6" mold AASHTO T99, ASTM D698
215.00/ea
4" mold AASHTOT180, ASTM D1557
205.00/ea
6" mold AASHTO T180, ASTM D1557
215.00 ea
California Wet to Wet CTM 216
215.00 ea
StabilometerTest R -Value& Expansion, Untreated Samples CTM 301
295.00/ea
Cement- Stabilized Samples CTM 301
295.00/ea
Lime -Stabilized Samples CTM 301
295.00/ea
H Test
80.00/ea
pH -Lime Determination Test
170.00/ea
Resistivit and pH Test CTM 643
190.00/ea
Swell Test (Expansion Index UBC 18-2
230.00/ea
Compressive Strength of Lime -Treated Specimens CTM 373
325.00/ea
Percent Lime Design, based on compressive strength (includes R -value, pH Lime
Determination and Unconfined Com ressive Strength)
120Q00/ea
Unconfined Com ressionTest
120.00/ea
902 Industrial Way - Lodi, CA 95240. 209.367.3701 Fax 209.333.8303 02012 Neil O.Anderson &Associates, Inc
City of Lodi 2012 Fee Schedule
May 23,2012
Page 4
Direct Shear Test:
Unconsolidated - Undrained
14Q00 oint
Consolidated - Undrained
165.00/point
Consolidated - Drained
185.00/point
Triaxial Compression Test
110.00 ea
Unconsolidated - Undrained
185.00/point
Consolidated - Undrained
Request Quote
Consolidated - Drained
Request Quote
Consolidated - Undrained with Pore Pressure Measurements
Request Quote
Consolidation Test:
Request Quote
Swell Only
200.00 ea
Consolidation without Time Rate
340.00 ea
Consolidation with Time Rate, per load increment (additional charge)
120.00 ea
ASPHALT CONCRETE
State of CalifomiaAsphalt Concrete Mix Design:
CTM 202 Sieve Course Agg
60.00 ea
CTM 202 Sieve FineA
85.00 ea
CTM 202 Sieve Recycle AC
110.00 ea
CTM 204 Plasticity Index
125.00/ea
CTM 205 Determinin % Crushed Particles
200.00 ea
CTM 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
120.00 ea
CTM 217 Sand Equivalent
120.00 ea
CTM 227 Cleanness Coarse Agg
150.00 ea
CTM 229 Durability Index
165.00/ea
CTM 303 Kc & Kf
150.00 ea
CTM 304 AC Sample Preparation
100.00/ea
CTM 304 with Lime Treat
125.00 ea
CTM 308 Bulk Spec Grav Bit Mix
50.00/ea
CTM 309 Theo Spec Grav Bit Mix
165.00 ea
CTM 366 Stabilometer Value Set of 3
310.00 ea
CTM 371 Tensile Strength Ratio Lab Mix
1800.00 ea
CTM 371 Tensile Strength Ratio Field Mix
140Q00/ea
CTM 382 Ignition Oven Asphalt Content
160.00 ea
CTM 382 Ignition Furnace Calibration
400.00/ea
LP -1 Theo Max SpG Mix with Dif AC Cont
150.00 ea
LP -2 Bulk SpG Aqq Blend
100.00 ea
LP -3 Voids Filled with Asphalt
50.00/ea
LP -4 Dust Proportion
50.00 ea
LP -10 Sampling and Testing CRM
175.00 ea
AASHTO T304 Fine Angularity
200.00 ea
ASTM D4791 Flat and Elongated Particles
200.00 ea
Marshall Mix.•
Mix Design
Request Quote
ASTM D1559 Stability & Flow
110.00/ea
ASTM D1075 Immersion& Compression Retained Strength
110.00/ea
ASTM D2726 Unit Wei ht
60.00 ea
ASTM D2172 Extraction
200.00/ea
902 Industrial Way. Lodi, CA 95240. 209.367.3701 Fax 209.333.8303 02012Nei1 O.Anderson &Associates, Inc.
City of Lodi 2012 Fee Schedule
May 23,2012
Page 5
ASTM D2172 Extraction with Gradation
275.00/ea
ASTM D2041, D2172 Maximum RiceSpecific Gravity of Bituminous Mixtures
150.00/ea
Asphalt Concrete Consulting
145.00/hr
Asphalt Concrete Core Trailer
165.00/hr
CONCRETE
TECHNICAL
80.00 ea
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
130.00 hr
Unit Weight Fireproofing
50.00/ea
Schmidt Hammer Testing
95.00 hr
LABORATORY
160.00/hr
Compression Tests , Field cast concrete cylinders, (6"x12'):
26.00/ea
Flexural Strength, Concrete Beams, 6"x6"x24 ASTM C78
125.00 ea
Cylinder Molds (6"x12')
7.00/ea
Cement Content of Hardened Portland Cement Concrete ASTM C85
Request Quote
Shrink BarTesting 3 bars per set ASTM C157
420.00/set
Compression Tests on Core Specimens (includes prep) ASTM C42
80.00/ea
Calcium Chloride Moisture Test Kit (includes calculations)
70.00/ea
902 Industrial Way • Lodi, CA 95240.209.367.3701 • Fax 209.333.8303 02012Neil O.Anderson &Associates, Inc.
Compression Tests on Core Specimens includes re ASTM C42
80.00 ea
Shear Tests on Core mason
145.00 ea
Compression Tests:
130.00 hr
4"x8" Grout Mold Block
26.00 ea
Mortar Cylinder
2"x4" Cylinder Molds
26.00/ea
7.00 ea
Masonry Prism (2 -block, mortared & routed)
175.00/ea
Shotcrete
30.00/ea
Concrete Masonry Unit, 8"x8"x16":
160.00/hr
Com ressionTest ASTM C140
175.00 ea
Absorption Tests ASTM C140
105.00/ea
Lineal Shrinkage(Volume Chane ASTM C426
175.00 ea
Lineal Shrinkage with Absorption
260.00/ea
Lineal Shrinkage with Absorption and Compression
375.00 ea
902 Industrial Way • Lodi, CA 95240.209.367.3701 • Fax 209.333.8303 02012Neil O.Anderson &Associates, Inc.
Ultrasonic
130.00/hr
Magnetic Particle
130.00 hr
Liquid Penetrant
130.00 hr
Brinell Hardness Testing
130.00 hr
High Strength Bolt Testin
130.00/hr
Bolt Pull/Load Testing
130.00/hr
GPR
160.00/hr
Pachometer
110.00/ hr
Shrink Bar Testing
902 Industrial Way • Lodi, CA 95240.209.367.3701 • Fax 209.333.8303 02012Neil O.Anderson &Associates, Inc.
City of Lodi 2012 Fee Schedule
May 23,2012
Page 6
LABORATORY
Structural Steel
350.00/min
Tensile & Bend Tests:
150.00/ea
#5 or smaller
135.00/ea
#6-#9
165.00/ea
No. 10 and larger
205.lus00/ea, p
machiningcost +20%
Hi h-stren th Bolt, Nut &Washer Testing
260.00 set
Rockwell Hardness Test
70.00/ea
Torque Wrench Calibration
320.00/ea
Welder Qualification and Weld ProcedureQualifications:
150.00/set
Weld Procedure Qualifications
750.00/ea
Plate Groove Weld -1G, 2G, 3G, 4G
130.00 ea
Pipe Groove Weld -1G, 2G, 5G, 6G, 6GR
225.00/ea
Plate Fillet Weld -1F, 2F, 3F, 4F
75.00/e
Pipe Fillet Weld -1F, 2F, 4F, 5F
95.00 ea
Weld Test Plate set
65.00/ea
Weld Test Pi set
85.00 ea
902 Industrial Way • Lodi, CA 95240 - 209.367.3701 • Fax 209.333.8303 02012Nei1 O.Anderson &Associates, Inc.
On -Site Steel and/or Excavation Observation
350.00/min
Standard Retaining Wall Design
150.00/ea
Custom Retaining Wall Design 1 height)
500.00/min
Additional Heights
150.00 ea
Standard Swimming Pool Detail
150.00/min
Custom Swimming Pool Detail
500.00/min
Consulting Letter
175.00/min
Owner/Builder Standard Shotcrete & Reinforcement Detail Plan
300.00/ea
Treelake Schedule
150.00/set
Structural Design Computations
20.00/ea
Cover Pages
10.00/ea
Contractor Standard Shotcrete & Reinforcement Detail Plan "Standard Pool Plan"
125.00 ea
Pool Vendor Remodel Plan
195.00/ea
Pool Vendor Commercial Plan (per set, includes calculations)
300.00/min
Epoxy Injection
1,500/first 10', 60.00/ft. after
902 Industrial Way • Lodi, CA 95240 - 209.367.3701 • Fax 209.333.8303 02012Nei1 O.Anderson &Associates, Inc.
Automobile Mileage
0.95/mile
Subsistence and Lodging
cost + 20%
Equipment Rental
cost + 20%
Field Report Preparation
35.00/each
Additional Copy of Report (wet -signed)
50.00/each
Miscellaneous Item Charge
Cost +20%/each
Air & Ground Transportation
Cost +20%/each
CAD - Prints
10.00/sheet
902 Industrial Way • Lodi, CA 95240 - 209.367.3701 • Fax 209.333.8303 02012Nei1 O.Anderson &Associates, Inc.
Exhibit C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well a s from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount cf such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each. Occurrence
$2,000,000 Aggregate
$1,000,000 Professional Liability
(Errors& Omissions)per Claim
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,OOOBodily Injury - Ea. Person
$1,000,OOO13odily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City cf 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 of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Volunteers and Employees a s additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary insurance Endorsement
Such insurance as s afforded by the endorsement for the Additional insureds shall apply as primary insurance,
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Severability of lnteresf 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,
(d) Notice of Cancellation or Chancre in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
cf such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, 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 contract 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. 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 W. Pine St„ Lodi, CA 95240.
13=�Y�1���[�1�1i•C���7�F�I�I�7
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE PROFESSIONAL SERVICES
AGREEMENT FOR CONSTRUCTION TESTING AND
INSPECTION SERVICES
WHEREAS, the Public Works Engineering Division requires the services of
construction 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, Neil O. Anderson & Associates has provided construction testing
and inspection services on numerous City projects; and
WHEREAS, staff recommends executing a Professional Services Agreement
with Neil O. Anderson & Associates, of Lodi, California, to provide construction testing
and inspection services on an on-call, time -and -materials basis, in an amount not to
exceed $100,000 for the agreement period through June 30, 2013.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Neil O. Anderson & Associates, of Lodi, California, to provide construction testing and
inspection services on an on-call, time -and -materials basis through June 30, 2013, in an
amount not to exceed $100,000.
Dated: June 20, 2012
-----------------
-----------------
I hereby certify that Resolution No. 2012-100 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held June 20, 2012, by the following
vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS— Nakanishi
ABSTAIN: COUNCIL MEMBERS— None
RANDI JOHL
City Clerk
2012-100