Loading...
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