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