Loading...
HomeMy WebLinkAboutAgenda Report - June 19, 2013 C-19AGENDA ITEM GO 101 CITY OF LODI COUNCIL COMMUNICATION • TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement and Extensions with Neil O. Anderson & Associates, of Lodi, for Construction Testing and Inspection Services ($150,000) MEETING DATE: June 19, 2013 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute professional services agreement and extensions with Neil O. Anderson & Associates, of Lodi, for construction testing and inspection services in the amount of $150,000. BACKGROUND INFORMATION: 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. On April 20, 2011, City Council_ authorized Neil 0. Anderson & Associates to provide these services through June 30, 2012, and on June 20, 2012, City Council authorized an additional year. 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 Grape Bowl Phase 3 Improvements, Ham Lane Overlay Project, Mills Avenue Overlay Project, Sacramento Street Improvements, 2013 Alley Improvement Project, 2013 ADA 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 $150,000 for the agreement period through June 30, 2014, with three optional one-year extensions. 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. Jor an Ayers Deputy City Manager/Internal Services Director F ,-WalloSandelin Public Works Director Prepared by Gary Wiman, Construction Project Manager FWS/GW/pmf APPROVED: onradt Bartlam, City Manager K:\WP\PROJECTS\CC Award NOA PSA 2013.doc 6/10/2013 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2013, 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 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, 2013 and terminates upon the completion of the Scope of Services or on June 30, 2014, whichever occurs first. Section 2.7 Option to Extend Term of Agreement At its option, City may extend the terms of this Agreement for an additional three (3) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this 2 Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed four (4) years. 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 Auditina 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 3 this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including 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. 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. 4 Section 4.7 Successors and Assions CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Gary Wiman To CONTRACTOR: Neil O. Anderson & Associates 902 Industrial Way Lodi, CA 95240 Attn: Garrett Hubbart Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the 5 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. 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 4.16 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 6 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 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 apply to this contract. In the event of a conflict between the terms of this contract 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. CITY OF LODI, a municipal corporation ATTEST: RANDI JOHL KONRADT BARTLAM, City Manager City Clerk APPROVED AS TO FORM: NEIL O. ANDERSON & ASSOCIATES D. STEPHEN SCHWABAUER, City Attorney JANICE D. MAGDICH, Deputy City Attorney By: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Funding Source:Various Capital Accounts (Business Unit & Account No.) Doc ID:WP\Projects\PSAs\NeilOAnderson2013 CA:rev.01.2012 8 By: _ Name: Title: Exhibit A 4DMEMORANDUM, City of Lodi, Public Works Department To: Neil O. Anderson From: Construction Project Manager Date: June 10, 2013 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: Grape Bowl Phase 3 Improvements Ham Lane Overlay Project Mills Avenue Overlay Project Sacramento Street Improvements 2013 Alley Improvements Project 2013 ADA Project Services for individual projects will be as requested by the City. Total contract services not -to -exceed $150,000. City will provide copies of project documents to Neil O. Anderson & Associates as requested. Gary R. Wiman Construction Project Manager KAWPIPROJECTSINOA SCOPE OF SERVICES MEMO 2019-2014.DOC '0404 NEIL. O. ANDERSON AND ASSOCIATES 2013 SCHEDULE OF FEES (NOR CUSTOMER REF ONLY) EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS • TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN ENGINDE11UNG SERvxCES Senlor PirIndpal En irlleer 145.00 it Principal Engineer/Geologist 175,00 r Senior En sneer Creolo 1st SctenRt- 160.00 hr Project Engineer IGeoloolstl Sdentlst -150.001hr Staff Engineer / Geologist: Scleniist 130. 0/hr Expert Consultin 230.00 r Expert Testimony 460.00/hr Asphalt Concrete Consulting 145.001hr Icc nape or (Reinforcing Steel, MasonM Cancw^ Struduiralos n, Fl 101 82.00lhr A1C otis Inspector with Nuclear Cyan a 86,00 hr Certified Field Sho Weldln Ins r AWS CWI 95.0 r DSA Masonry Inspector 95.001hr CAD Desi nor 95.00 r CAD Drafter 80.00/hr Accountant 95,00/hr Administrative Assistant 60.00 hr LO ON Geophysical: Seismic Reiraction iD-31), Seismic source WQ nn 111, 24 NnneluMUdn System, 2 man crew 275.001hr Multi -Channel Analysis of Surrace Waves ID -3D, Seismic Source DAQi1nk III, 24 Channel A isftion Systein, 2 man crew 275.00 hr Ground Penetratin Radar, special antennas may warraRpddlifonal cherie 225.00 hr In-situ o ResfstiAt Testing, Mini -res tester 170.00 hr Post Processing and Analysia160.00 hr Dri i DriflIng and Sampling AMS and Slmcd trdck rigs 2 -person crew 245.00 itr Dr nq and Sampling Simco 2400 Mobile 024 drlU rig, Minute Man, 2 person crew) 225A0/hr Drl(On_g and Sampling CME75 Auger 285.00 hr Drilling and Sampling CME75 Mud Rotary w desan er 325.00 hr Drilling an Sampling (CME75 Rock Corin Request Quote Borehole Grou 285.00 Hand -Auger Soil ample (1 -person Crew 140.00 Corin Equipment plus Operator, quote will be given upon request for secong operator) 145.00 hr Coring Trailer (Includes operator) 165.00 hr Bit Charges Qer 6" max Core lengbh, T7max core diameter 34.00 ea Su ort Truck not Including mllea a 00 gallon water tan 250.0 a 2'x6' StaInIess-Steel Tubes and Cas -led 10.00jeach Permittina Fees Cost+ Bailers (disposable) 1 .0 ea Sam Iln Supplies vas Water ra a etc, 0 a Photo -Ionization Detector -PID 125.9 ay 902 Industrial Way, Lodi CA 95240 P.209.367.3701 F:209.333.8303 SOGofdenland Ct,#100, Sacramento CA 95834 P.916.928.4590 F:91C928.4697 Updated: 1/1/2013 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 NEIL O. ANDERSON AND1144 ASSOCIATES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL. INSPECTIONS • TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN 902lndustrial Way, Lod[ CA 95240 P209.367.3701 F:209,333.8303 50 Galdenland Ct, N100, Sacramento CA 95834 P:916.928.4690 Ft916.928,4697 Updated: 1/1/2013 5051 Commerclal Cfr, Unit 8, Concord CA 94520 P;925.609,7224 F;925,609.6324 ter Lem Indicator 30.00 aCtndu viL em Mehr lis solve O Meter 50100 :da . Steam gleam 100;00 a Cement.PUMP and Mbmr 100,00. a Drums 75, 0 ea Lvalles COSC + 20%a Lbboralinly Analysis Cost + 20% GEOTECHNXCALSOILS M AGGREGATES L4 ORAIIJOR AGORIEGATES Mm or urrl 05 -hate SOUR 11CS5 ASM We Fine or Coarse 5 Odes), per sieve size 350.00 ea IWurlous Organic Matter line a ate ASTM CIO 75,00 e8 Unit Weight (ag re ate ASTM C29 80.00 ea Sand Equivalent Test CTM 217 155.00 ea S eclflc Gra y. Fine ASTM 0128 and Coarse ASTM 0127 80.00 ea Absorption Test Fine ar Qarse A re ates 70.00/es S ecltic Gravity, Fine C120 140,00144 S eci c Gravity, Coarse C127 140. e3 Los An eles Rattler Test 5011 mvolutlons ASTM 0131 675.00 ea Cteannaes iue rse a to crm 227 200.00 e Dula llIn ft, Fine Aggregate CTM 229 an arse A re ate CTM 229 165.0 ea Percent. Crushed Particles C142 165.00 ea Cal Trans Class N1 AggMate Base Conformance Test(R-Value, Gradatlon SE Durability) 695.00 ea SOXLS Atterbe!L rnit CTM20 5 4318 125.00 ea Permeabi i fan ea$(1,001ea Specific Gravi _ Dderraination A5TM gP4 80;00 ea Specific Gravlt CoarseAga 0127 140.00 ea S ecltic GravILY C 28 140.0 4a combined Gran coarse Me) ASTM --1 r. 1202 140.00 ea 'G-r-a—cfl,ng Analysis, One witilwash ASTM G135 115+00 ea radrn Analysis, % MIAUS #200 ASTM 012 80.00 ea Hydrometer Anas ASPM D422 230.00 ea La OMMum Plyt ill Hawn s E GEtermlwM0 4" mod AASHTO T99 ASTM D698 _ _ 220.00 ea 67mold AASHTO T99 ASTM D698 230.00 ea mold AASHTO Tx$l] A 01557 220.0 ea '-'mold AASVOLIMASTM D1557 230.001ea ----6 CA11WOrnia Wetto Wet CTM 216 230, ea CTM 301 R- ueUri yarn IeG 285.110 ea cemenb. ft ed Sam Gl'M 301 325.00 ea Llnw-Slabl iXed Sft pWS CTM 301 325LtI' ea Tat 15.00 y �{ !Y p„n G tll'rfl naoe _ wea 17S.00 . Wi ResIstIvIty arid pfl Test43 485,00 ea 902lndustrial Way, Lod[ CA 95240 P209.367.3701 F:209,333.8303 50 Galdenland Ct, N100, Sacramento CA 95834 P:916.928.4690 Ft916.928,4697 Updated: 1/1/2013 5051 Commerclal Cfr, Unit 8, Concord CA 94520 P;925.609,7224 F;925,609.6324 "A4 NEIL O. ANDERSON AND ASSOCIATES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS • TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN 902 Industrial Way, Lodi CA 95740 PSU9.367.37011`289.333.8303 50 Goldenland ct 71100, Sacramento CA 95034 PiS16.928.4690 F:916.91BAS97 Updated: 11112013 5051 Commercial Cir, Unit e, Canard CA 94520 P:925.609.7224 F;925.609.6324 Sw6ff est EX on n ex 230.00 ea OMPressive Strength of Lime -Treated Specimens CTM 373 Compressive Strength of Cement Treated SpoclMens ASTM D1632 and ASTM D1633 300.00/ea Percent Lime Resign, based on compressive strength (Includes R value, pH lime Determination and Unconfined Compressive Strength) 1200,00 ea 07ncoriffned Compression Test 120.00/ea Drect3Ylear est: Unconsolidated - In 140.00 oint Consolidated - Undraladd 165.00/ int Consolidated - Drained 1115.001point Trlaxlal MW Teas) Unconsolidated Undrained Trlax D2850 185. olnt Consolldate n ralhed Tr ax D4767 Re uest ua e onsoildate - Drained Request 91.10te Consoll ted - Undralned with Pore P ure Measurements Re uest uate Con5oll atlhn Test; Swell 42. 200.00 ea Conso aton VAt Time Rate 340.04 ea Ommoli anon with Time Rate, per load Wmment additlona)Wa-r-geV . 120.O01eg ASPHALT CONCRETE ate of C31ftniaAs halt Concrete M/x Desi n: GTM 202 Slave Course Ng ea CTM 202 Sieve Fine Ann 85.02Lea Elm 202 Sieve Rewde AC 110.001ea CTM 204 lasd IndeX 125.00 .ea M WS Pe erminln bio Crus ped Particles 20 .00 e CTM 206 Bulk-AbsorCoarseAgn 70.00 ea 97 Bulk s G SDD) Flne M 90.Wea CTM 211 LA Rattler Request uote CIM MIC80 Sodium Sulfate Soundness(per sieve 120.U0 ea C7 217/D2419 Sand E uiva ent 120.00 ea CTidf 227 Cleanness Coarse Agg 150.00 ea M U9 DUrablitty Index 165.02Leq CTM 303 Ke & Kf 150.00/ea CTM 304 AC Sam le Preparation 100.0 ea CTM 304 with Lime Treat 125.00 ea CTM 301B Bulk Sec Grav Bit Mix.0 ea CTM 309 The Spec Grav Blt MIX b5 00 ea CTM 365 D1560 Ste lianieter Y lue SSet or 3 310.00 ea CTM 372 Tense Strength Ratio Lab Mix 1800.09&a CM 371 Tenslle Strencitli Ratlo Field MIX 1400.00 ea CTM 382 Initlon Oven Asphalt Content 160.65 ea M 382 jQnitlon Furnace Ca Ibration 400.00 ea LP -1 Theo Max SPG Nx with DIF AC Cont i 0.0 ea P-2 BUIRS013 Aga Blend 100.0D ea LP -3 Voids FUed with Asphalt 50.02ga LP -4 Dust Proportion 50.00 ea LP -10 Sampling and Testing CRM 175.0D ea 902 Industrial Way, Lodi CA 95740 PSU9.367.37011`289.333.8303 50 Goldenland ct 71100, Sacramento CA 95034 PiS16.928.4690 F:916.91BAS97 Updated: 11112013 5051 Commercial Cir, Unit e, Canard CA 94520 P:925.609.7224 F;925.609.6324 NEIL O. ANDERSON AND11004 ASSOCIATES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS a TESTING LABORATORY, SERVICES POOL ENGINEERING POST TENSION DESIGN Updated:1/1/2013 902 Industrial Way, Ladl CA 95240 P:209.367.3701 F:209.333.8303 50 Galdenland Ct H100, Sacramento CA 95834 P;916,928A690 F:916.928.4697 5051 Commercial Clr, Unit B, Concord GA 94520 P:9Z5.609,7Z24 F:925,609,6324 AAS 3.r74 Mile Alii ufari 200,00 ea ASI D4791 Flat and ElonciatedParticles 200,00 ea h9arsW MIx: Mix Design Re uest u]ote ASTM D1559S6bi &Flow 110.00 ea ASTM D1075 Immersion &L C—=pression Retained Strength 110.0 ea D2726 U , t Wei ht 60.0 ea ASTM D2172 Extraction 200.00 taa A&TM D2172 Mwtfon with Gradation 275,00 ea ASTM 02M p2172 Maximum (8M Specific Graviv of Bituminous Mixtures 150.00 ea qgKRETE TECHIUVAL 55W5 Mix Design Review 200.00 e8 tWnal 0,",rpesi n(using same me 15 .00 ea Er0te Mix Desigo with ria 8.atsh Concrete Under Compression Tests Request Quote floor Flatness 1 135.00 Floor i1atnes Olt 450,00 ea Unl,k Weight Fire roolin D.oO:ea 1AB0JZAr0RY Compress n Test COnenete Cyfln 2G.00 ea FieXUra Strewth, conr:rets Beams, 6"x5"X2�i ASTM C78 125,00 ea Ander Molds 6"x12 - 7,0' ea ant ra thnterrt of ned Portland Cemertt Concrete ASTM CBS Request g,,uote ritlk �r Test nrs er set 4200 Cam iv on Tests on Core s ecimens (Includes ere 7M C42 80,00 ea Calcium Chloride Molsture Test Ki es ca at!Ons 80.00 ea MASONRY BRICii DLOCIC 711.6 Compression Tests on core spedmens Ondudes prep) ASTM C42 80,00 ea Shear Testa MaSontY Core 145.0010 cont ression Tests,. Guava ress on Test mut Mals - 26.00 sa Cote ion Test Mortar Cylinder ;9Q e8 ;m ItSion I x . fn Mos _ 8,0 Cant ress or Mason Prism 2- Mortared � route( 17-5.00 ea Mi5ig &LonX UMt. t ssion Tog Masonry Unit 8"x6WP P _ 175.00 ea masonryAb tion Tests ASTM 0140 115.fl0%a MasonjX Shrfrikage'jVolume C An _ 175;001 ea Masonry Uneal Shrin!M0e.wRh Absor tan 260,00/ea Masan Shrlrt a with Absor tion and Compression 37500 ea STEEL A S 'A TM AP.MR ANSI API MON-,VESTRM 7F N0- SHI 1-110 h Strength Bot SB) Testing i3 .00 r Dot Kill/Load Testing 030,00 hr Rebar Pull Testin i30.1- hr Guinn Wfre Pull TestIng 130.Ott hr NDT GPR 160,0[1 hr Pachometer ii ,00 hr Updated:1/1/2013 902 Industrial Way, Ladl CA 95240 P:209.367.3701 F:209.333.8303 50 Galdenland Ct H100, Sacramento CA 95834 P;916,928A690 F:916.928.4697 5051 Commercial Clr, Unit B, Concord GA 94520 P:9Z5.609,7Z24 F:925,609,6324 '1404 NEIL O. ANDERSON A N D ASSOCIATES EXHIBIT B 45EOTECHN ICAL ENVIRONMENTAL INSPECTIONS i TESTING L.ABO-RATORY SERVICES POOL ENGINEERING POST TENSION DESIGN 902 Industrial Way, Lodi CA 95240P:209.367.3701F:209.333.8303 50 Goldenland Cf, X1100, Sacramento CA 95834 P.916.928,4690 F:916.928.4697 Updated; 1/1/2013 5051 Commerclal Or, Unit 9, Concord CA 94520 P;925.609.7224 F:925.609.6324 LABORATORY _ A—F—M-- ensl e & Bend Tests: Reinforcement Steel Tensile & Bend <5 135,00 ea ReInforcement SteefTensile & Bend 6 to 0 165,00 ea Reinforcement Steel No. 10 and lar er 205,00/ea, plus machining cost +20% tstren 1901 lout & Washer `I'estln 1 350,00set Rimae Ha i less Tryst 70. ` ee HSU Tv each Calibration 320.00 E38 W"er and WeldProcedare uaf 06075: Weld PrecWure Qualiricatlons No.00 ea Welder Qualiftatlon Plate Groove Weld- iG 2G I 3G 4G 13000 Welder gualiMmition Pipe Groove Weld - 1G 2G 5G 65 6GR 25.40 8a We!der QualificalJon Plate Plllet Weld - iF 2F 3F 4F 75 #0 ea Welder , ua Iflcatlon Pipe Pillet Weld -1F 2F SIF SF 95.00 ea WPS Test plate 65.0 ea WPS Test Pipe(set) 85.130 ea 6TAI'IDi4RD POOL ENGINEERING SERVICES The Aw q—ua s'd IltdriaoQe 2l7 nw to Am check. Contra r 5Een rd 5hoNrete & Relnforcement Detail Plan "Standard Pool Plan" i?SAO ownerfaugeler u0nuaro bnotiveteRehr raiment Detam Plan Standard Plan Include 2 sheets of p1m and caiculatlons 300.00/ea StnxUnj 2IMn 0gimputations zgao ea. Cover Pam 10.00/ea Addltional Plan Sheets 10,00 ea Pool 'Ile or !3e af Won 195.00/ea owner Buil er Remodel Plan 500.00 ea Commerclal Pool Plan Request Quote 1500.00 min Cominerical Vault Pool Plan UeSt U 2 000,00 odd San and Swimming Pool Detail 150.00 min Custom Swimming Pool Detail _ 5 :fl0 min Standard Rettilning Wali Design 30 Inch maximum hel ht ISM/ea Custom Retaining W,11 Des#jn 1 height) 300. to Additional a 13010 a Consulting Letter 175. min On-Slte Steel and/or Excavation Observation 35 ,OD. n Patio Corner Trellls Design eWe 800.02 mIn JUI Service Aguaric Design Requestguote ree ake Schedule 150:0 Set Epoxy Injection 1,500/Flrst 10; 60.0018. a" 902 Industrial Way, Lodi CA 95240P:209.367.3701F:209.333.8303 50 Goldenland Cf, X1100, Sacramento CA 95834 P.916.928,4690 F:916.928.4697 Updated; 1/1/2013 5051 Commerclal Or, Unit 9, Concord CA 94520 P;925.609.7224 F:925.609.6324 `�� e 0 EXHIBIT C Insurance Redulrements 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 as 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 of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $1,000,000 Ea. Occurrence $2,000,000 Aggregate rgNPREHENSIVE &MOBILE LtA UTY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury Ea. Occurrence $1,000,000 Property Damage- Ea. Occurrence NOTE: 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 610 et seq.). 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, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a description of the project that it is insuring. A copy of the certificate of insurance with the following endorsements shall be furnished to the City: (a) Addttlonai'Namssl tnsumol Endormment 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. (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 is 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 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. (d) Notice of Cancellaliglrc or Change In Coverage Endo ement 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. 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 lattees 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. 4A Waiver of Subrogalion against the City of Lodi is required. NOTE; No contract agreement will be signed nor will yny work begin on a project until the proper insurance Certificate is received by the City. RESOLUTION NO. 2013-113 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING CITY MANAGER TO EXECUTE PROFESSIONAL SERVICES AGREEMENT AND EXTENSIONS 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 $150,000 for the agreement period through June 30, 2014, and also recommends authorizing the City Manager to execute up to 3 one-year extensions. 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, 2014, in an amount not to exceed $150,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute up to 3 one-year agreement extensions. Dated: June 19, 2013 ------------------------------------------------------------------- ------------------------------------------------------------------- I hereby certify that Resolution No. 2013-113 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 19, 2013, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None �JOHL City Clerk 2013-113