Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Report - July 6, 2016 C-12
TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C,•1,II z.b AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Terracon, Inc., Formerly Known as Neil O. Anderson & Associates, Inc., of Lodi, for Construction Testing and Inspection Services ($50,000) MEETING DATE: July 6, 2016 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Terracon, Inc., formerly known as Neil O. Anderson & Associates, Inc., of Lodi, for construction testing and inspection services, in the amount of $50,000. 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 required miscellaneous testing and inspection services during the construction of minor improvement and development projects. On June 19, 2013, City Council approved a Professional Services Agreement with Neil O. Anderson & Associates, Inc. to provide these services with three optional one-year extensions. The current agreement is on a time and material basis with a not -to -exceed amount of $150,000 for three years. Amendment No. 1 will extend the agreement through June 30, 2017, add $50,000 to the existing not -to - exceed amount, for a total not -to -exceed amount of $200,000, amend the fee schedule, and assign the Professional Services Agreement to Terracon, Inc., who has acquired Neil O. Anderson & Associates, Inc. FISCAL IMPACT: FUNDING AVAILABLE: Funds for this project are included in the Fiscal Year 2016/17 Engineering Operations budget. Engineering Operating (10050500). Jordan Ayers r Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Rebecca Areida-Yadav, Public Works Management Analyst CES/RAY/tdb Attachment APPROVED: ity Manager K:\WP\COUNCIL\2016\CCTerracon Amend#1.doc 6/28/16 PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO. 1 TERRACON CONSULTANTS, INC. CONSTRUCTION TESTING AND INSPECTION SERVICES THIS CONTRACT AMENDMENT NO. 1, made and effective this day of July, 2016, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and TERRACON CONSULTANTS, INC., formerly known as NEIL O. ANDERSON & ASSOCIATES, hereinafter called "Contractor." WITNESSETH: WHEREAS, CITY and CONTRACTOR, entered into a Professional Services Agreement (Agreement) on July 3, 2013, Contract Extension Agreement on June 4, 2014, and Contract Extension Agreement on July 29, 2015, attached hereto as Exhibit 1, Exhibit 1A, and Exhibit 1 B, respectively; and WHEREAS, CITY requested to amend the fees to increase the existing not to exceed amount by $50,000, for a total not to exceed of $200,000, as set forth in Exhibit 2; and WHEREAS, CITY requested to extend the term of the Agreement through June 30, 2017; and WHEREAS, Neil O. Anderson & Associates wishes to assign the Agreement to Terracon Consultants, Inc.; and 5. WHEREAS, CITY and CONTRACTOR agree to said amendment. IN WITNESS WHEREOF, City and Contractor have executed this Contract Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation TERRACON CONSULTANTS, INC. hereinabove called "City" hereinabove called "Contractor" By: STEPHEN SCHWABAUER By: TROY M. SCHIESS City Manager Title: Materials Department Manager Attest: JENNIFER M. FERRAIOLO, City Clerk Approved as to Form: JANICE D. MAGDICH, City Attorney (pc)31 Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 1 � C L T) , 2013, by and between the CITY OF LODI, a municipal cor oratiEn.l(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 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 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 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 95241-1 91 0 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 Attornev'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 attomey'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 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered 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 Severabilitv 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. ATTEST: RAND! JOHL City Clerk APPROVED AS TO FORM: D. STEPHEN SCHWABAUER, City Attomey JANICE D. MAGDICH, Deputy City Attomey CITY OF LODI, a municipal corporation KONRADT BARTLAM, City Manager NEIL O. ANDERSON & ASSOCIATES By Maine Title: - Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Funding Source:Various Caoltal Accounts (Business Unit & Account No.) Doc ID:WP\Projects\PSAsWeilOAnderson2013 CA:rev.01.2O12 8 MEMORANDUM, 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 Exhibit A Scope of Services: The Scope of Services for the Professional Services Agreement shah 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 IMPWROJECTSINOA SCOPE OF SERVICES MEMO 2013-2014.DOC ANDA41NEIL O. ANDERSON ASSOCIATES 2013 SCHEDULE OF FEES TERMS OF PAYMENT AND CHARGES GEOTECHNICAL ENVIRONMENTAL INSPECTIONS • TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN TERMS OF PAYMENT • 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, Masonry, 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. *Overtime and Double time rates will be applied per the California labor law. PREMIUM TIME ' An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm. PREVAILING WAGE ' In accordance with California Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $25.00 may be applied per hour for publicly funded projects. A wage differential of $35.00 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. INSURANCE • Neil 0. Anderson & Associates, Inc. carries coverage in excess of all insurance required by law. Additional costs for extra insurance certificates, co-insurance endorsements, or additional insurance or bonds will be charged to the client at cost plus 2O%. New clients may be subject to payment prior to receipt of report. All clients may be subject to a prepayment before initializing our work. Updated: 2/7/2013 This fee schedu/e may be changed without notice. 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209,333.8303 50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 l of 7 NEIL O. ANDERSON AND A 5 S 0 C 1 A T E 5 2013 SCHEDULE OF FEES Wort CUSTOMER REFONLY) ENGINEERING SERVICES senior F rine aal Engineer Principal Engineer Geologist Senior Ei 9hieer Geo1 gist / Scientist Project Eng1necer/ Geologist/ Scientist staff Engineer / Geologist f Scientist EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS A TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN 195.00/hr Export Consulting - Expert "restfmoitY rr3alt Concrete Consulting. ILC Inspector(Itetrritorcing Stee, rrsomy, Cancre e, 5 nrctulaom, Pair'I'ensten, Fireproofing) AC/Salla Inspector with Nuclear Gauge Certified Field/Shop Welding inspector (AWSTCW1) DSA Masonry Inspector GID Deskjn r CAD Dra r Accountant 175,00/hr 150.0_ 150.00 . rit 1 '.DO/hr 236.00/1hr 160.00/hr 145.00Jhr Administrative Aselstant EXPLORATION 8L.00/hr 86.0 hr 95.0 r 95.00/ 95. 0/hr x0.00 95.00 hr 60.001hr Geolli3VSl�i11 Seismic: Refraction 1D -3D, Seismic Source DAQftnk 111, 24 Channel Acquisition System. 2 roan crew Muitl-Channel Analysis of Surface Waves ID -3D, Seismic Source DAQlfnk III, 24 Channel /cc ulsltioir 5 stem, 2 man crew Grou Penetrating Radar, special antennas may warrant additional charge 1n-sltu Soli Resistivity Testing, Mlni•ras tester Post Processing and Anasis - DrlllIn : Driflln • an' yarn • n AMS all Sintc[i track rf 52-- )£rsnrl crew Drilling an+ Sump frig (Sinai 2100, f 1 ITEe f32 rill 11 rig, Minute tan, 2 person crew) Drilling and Sampling (CME75 Au:er) Drilling and Sampling (CME75 mud Rotary w/desanrfer) Drilling and Sampling (CME75 flock Coring) Borehole Grouting 275.00/hr 275.00/hr Hon d -Au •er Sntf Soma 1-.ersnn craw x25.00/hr 170.00/iir 160.00Jhr 245.00/hr 225.00/hr 205.00/hr 325,00/hr Request Quote Caring (E4ulpment phis Operator, quote will be given upon request for second operator) Coring Trailer (Includes operator) Bit Charges per G" max core length, 1" max core dlametar 5upparl Truck not Including mileage (500 gallon water tank) 2x6" 5talnfess-Steel Tubes and Caps, recycled Permit -tin Rees Bailers (disposable Sampling SUpplros (cloves, water1ropo, etc.) Photo -ionization Detector (PID) Updated: 1/1/2013 902Induauial Way, Lodi. CA 95240 PaR9.1E7.37Di F:709333A303 %Goldoni an d Ct. u100, Sacrem Ent° CA 95034 9:975.920.4500 F:916.!25.4697 5051 Camrnertlel Cir, Unita, Concord CA 94520 P:525.609.7224 6925.504.6324 285.90117 110.00 hr 145.00/hr 165,00/hr 34.00/e 250.00 de 10,00/each Cost+ 20% i .00 ea 25.00/day 125:90 day Al NEIL O. ANDERSON AND ASSOCIATES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS to TESTING L AOORATORY SERVICES POOL ENGINEERING P OST TENSION DESIGN Swell Test (Expansion Index) (AK.: 111-A Compressive Strength of Lime-T'rented Specimens CfM 373 Compressive Strength of Cement Treated Socclniena ASTM D1632 and ASTM D1633 Percent Lime Usslcln, ilased an compressive strength (Includes R -value, pit Lime Determination and Unconfined Cam t soive Strength) Unconfined COM pression 'test °PectShear Test. tinconsolldiltc:d—Undralned —Goiisa)iEIated — Undrained Consolidated — Urtiinecl T_ WOXI1I Crim •re,:.51on Test ncansnll eked Undrained Trlax D2850 Consolidated Unchained Trinx D1767 Consolidated— Drained - Consolidated — Lind'airier! with Pore Pressure Measurements COnso//dr3/lO l rest/ Swell OnIy Consallda Ion wlthntit'1 irfi Rate Consolidation with Tinie Rate, per lead Nicrt:ment(iaddltlonal charge) ASPHALT CONCRETE Ye5l fotnka Asphalt Concrete Mix Deslr n: CTM 202 Sieve Course Agg _^ CTM 202 Sieve Fine Agg CIM 202 Sieve Recycle AC CTM 204 Plasticity Inde^xI -- CTM 205 Reterinining Crushed Palticier. CTM 206 Bulk SpG fZ Ahsor Coarse egg CTM 207 Bulk SpG (SOD) Fine Agg CEM 211 LA Rattier CTM 23.•1/C00 Sodium Sulfate Soundness (per sieve) CTs4 217/D2.419 sand F.quIvalent GTM 73'/ CC eannass Coarse Agg C P1 229 Durability Index _. CIM 303 kc til W CTM 304 AC Sample Preparation CTM 304 with Linie Treat CTM 308 Bulk Spec Gray Bit Mix CTM 309 Theo Spec Gray Blt P1ix Cif4 306/D1S00 Stabllomoter Vglue (Set of 3) CTM 371 Tensile Strength Ratio Lab Mix CTM 371 Tensile Strength Ratio Field Mix CiM 382 IgnitIOn Oven Asphalt Content CIM 382 Ignition Furnace Calibration LP -1 Theo Max S G Mix with 171f AC Cont LP -2 Built SpG Agg Bieend LP -3 Voids pilled with Asphalt LP -4 Oust Proportion LP -10 Sampllnvnd TestI J CRM 902.1/Would Way, WI CA 95240P:2n9.367,0701 x:209.333-8143 50 Goldenlend Ct, VIOQ, Sacramento CA 95634 P1916.926.4690 F1916.916.4697 5051 Commercial ar,Unit 6, Concord CA 94520 P;925.609.7224 F:925,609,6324 230.00/ea 300.00/ea 1200.00/ea 120.00/ea 110.001p�oint 165.0uJpalnt 185.00117glnt 185.00/point R test uote Request quote Iteque5t Quote 200.00! 340.00 120.00/ea 60.00/e8 85.00/ea 110.00/ea 17.5:00/ea 200.00/ea 70.00L. 90.00 ea Request quote 1z0. Ojea 120,00 ea 150.00/ea 165.00 ea 15UX0/ea 100,1]0/ea 122r.00/ea 50.04/ea 165,00/ea 310.00%,a i800.0%a 1400.00/ea i6A,00/ea AD0.00/ea 150,00/ea Updated: 1/112013 100.00/ea 50.00len 5000/ea 175.00(ea ANEI L O. ANDERSON AND A 5 S O C I ATE S AASF11O 7:301 f=ine Angularity AVM D4791 Fiat and Elongated Particie$ Marshall 1111x/ Mix Desi n ASTM D1559Stability & Flow ASTM 01075 Immersion & Compression Retained Strength )STM D2725 UnitWel[Lilt ASTM D2172. Extraction ASTM 02172 Extraction with Gradation ASTM D2041, D2172 Maximum (Rice) S ecific Gray! of Aiturninaus Mixtures 150.00 ea CO CRETE EXHIBIT B OEOTECHNICAL ENVIRONMENTAL INSPECTIONS A TESTING LABORATORY. SERVICES POOL ENOINEERINO POST TENSION DESIGN 200.00/ea 200.00fea Reuest cote 1 0,00/ea 110AOJea 60. tea xao.00(ea 275.00 ea r2;cHNxCQL Concrete Mix Design Review Adcaittoital Concrete Mix Design (using same materials) Concrete Mix Design with Trial Batch & Concrete Winder Compression Tests floor Flatness Testing Floor Flatness Resort Unit Wel ht Flrepraoiir� .140.5--ATORY Compression Test Concrete Cylinders Flexural Strenpth, Concrete Oeara 6"x6"x24 ASTM C78 Cylinder Molds (6"x12") 'Cement Content of Hardened Portland Cement Canerete ASTM .005 Shrink Bar Testing (3 bars per sat) AS rM C157 Compression Tests an Care SJlecfinens (includes prep) ASTM C42 -Calcium Chloride Moisture Test Kit (Includes calculations) MASONRY BRICK/BLOCK/TILE Comprosston Tests an Core Specimens (includasJrep) ASTM C42 ShearTests Masonry Core _ CORrpreSS/01! TCS/s: Compression Test Groin; Molds Compression 'fest Mortar Winder Cornprt:ssion 2"x4" Cylinder Mok) Compression' Masonry Prism (2 -block mortared &jgi'outed) Masonry Compression Test Masonry Unit 8"xU"x16•" MaSonJy Absorption Tests ASTM C140. Masonry Shrinl[age (Volume ChancLe) Masonry Lineal Shrinkage with Absorption Masonry Shrinkage with AbsorptionCompression STELAWand ,ASTM/ASl'1E/ANSI(API 1VCN DESTRUCJTUE 7►Ey7UN0 High Strength Bolt (H55) Testing Belt Pull/Load Testing Rebar Pull Testing Ceiling Wire Pull Testing_ 'NOT GPk Padtorneter apdeted:1/1/2018 200.00 ea 150.00/p Request Quote 135.00/hr 150.00/ea 50.00/ea 16.00/ea 125.00/ea 7.00/ea RequeStQuote 420.00/set 00.00/ea 80.00/ea 80,00/ea 145,00/ea 26.00 ea 26.0 /ea 8,0Wg 175.00Jea 175.00/ea 105.00/ea 175.00/ea 260.00/en 376.01i/ea 902 IncluiWal Wm', Lodi CA 95244 P fli39.397.3701 F:209.333.8303 50 Goldenland Ct, 8100, seeram2MO CA 95834 P91E928.4590 Fs91G.97-8.4697 5051 Corlmerdal Gr, WIN 0, Concord CA 94520 P:925.601.7224 F:925.E09.6924 130.00/hr 130.00/hr 130,00/hr 130.00 r 160.00/hr 110,00/hr l.11❑URATORY 5rrvcWra' Med Tensile tit Bond "rests: 135.UD/ea Reinforcement Steel Tensile fk trend <5� :35,00/ea Reinforcement Steel Tensile & Bond G to 9 — 2OJ.00Joa, plus Reinforcement Steel No. 10 and larger machinist cost -20% _-____ set t !Ugh -strength Dolt, Nut fk Washer Testing 350.000�e Rockwell Hardness 'fest' -- 3x0.00/ea a HSU Torque Wrench Calibration - -- Welder quelfilcation end Weld Rocedtira (uallllcadansr X750 00/ea Weld Procedure Qualifications 150.00jea Weider qual1Rcation Plate Groove Weld -1G, ZG, 3G, 1G Welder Quellf cation Pipe Groove Weld —1G, 2G, 5G, 6G, GGR 225,00/ea Welder Qualification Plate Fillet Weld — 1f', 2F131=, IF 7575,00/ea ea Welder Qualiflration Pipe Fillet Weld -1F, 2F, ,1F, SF - 65,0Q/ea 5.060 WPS Test Plate (set) 65,0Q/ea WPS Test PI • e set STANDARD POOL ENGINEERING SERVICES The (ear quoted lndude response to plan creat. Contractor Standard Sihotcrete tsc Reinforcement Detail Plan "Standard Pool Plan" Owner/Builder standard Shotcrete tit Reinforcement Detail Plan (Standard Pian Include 2sheets of plan and calculations) ._._. Structural De&lgn Computations Cover Pa les ,A4Il NEIL O. ANDERSON AND ASSOCIATES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INSPECTIONS a TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN Additional Plan Sheets Pool Vendor Remodel Plan thvner Uullder RemOdei Plan Commercial Pool Plan Cein$nericaI/Vallis: Pool Plan Standard Swimming Pool Detail Custom Swimming Pool Deh1l Standard Retaining Wall Design (3D Inch maximum height) Custom Retaining Wall Design (i height). • Additional !lel r ht.s Consultlnq Ater On -Site Steel and or Excavation Observation Patio Corner/Trellis Deslnrt Full Service Aquatic E leSign Treelake Schedule 125.00/&C 300.00/ea 20r00/ea 10.00/es 1 D/ea Epoxy tnjectiort Updated: 1/1/2013 062 rndusIilul Way. Lod1CA 95240 P:7.09.367.3701r;Z09.33a.9303 50 Go-rdenreed Ct, N10O, Sacra ntento CA OSB351'.010.0U.4590 F336920.4697 5051 commercial CIr,Uri lt B, Concord CA 74520 P:925.E49.72/1 F:925.609.6324 500,D0 CA Request QUOte 1, 500.00Jmin Request Quota 2,000.00/Inin 150,0131mb! 50(1.00/min 151.04 tea 504.06/min 154.00 jea 175.00/min 35D.COJm1n Request Quote 800,00/min Request Quote 150.D0/set 1,500/first 10'r 60.00/It. after EXHIBIT C Insuwnco Rouutlrpmnntt+ lr r_centracLcr -I he Connector sl rail take out and rnraintain during the fife of this contract, insurance coverage as listed below. These insurance pnliclos shell pioler•.t tiro Contractor and any subcontractor performing work covered by this contract from claims for damages for personal Injury, Including occidental death, es welt as from claims for property damages, which may arise from Contractor's uperaiions ilifs contras!, whether such operations bo by Contractor or by any subcontractor or by anyone directly or indiroclly ornptoyed by either el them. and the °mount of such insurance sinall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Ea. Occurrence $2,000,000 Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person 51,000.000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence NOTE: Contractor agrees end stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage whiclr 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.). NOTE: (1) The street address of the CITY OF LOD( must be shown along with (a) and (b) above: 221 West Pine Street, Lodl, California, 95241-1910; (2) The insurance certificate must state, on Its face or as an endorsement, a description of thern t that it Is Insuring. A copy of the certificate of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Epdolseroent Such insurance as Is afforded by IhIs 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 10 the City and shall be included with Contractor's policies.) (b) primary insures grsernent Stroll Insurance aa Is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other Insurance maintained by Ihv City of Lodi or its officers and employees shall be excess only end not coritributlirg with lire Insurance afforded by this endorsement. Sevetabllliy.pf 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) NptLne of CenCeilallol7 or Cllann4111 (�L3v[rr�ari6 1 f dui ernel1( This policy may not ho canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancofialion or reduction In coverage to lire Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240. Compensation Insur.0 oo Tire Contractor shell take out and maintain during the Iffe of tlils contract, Workei's Connponaalion insurance for all of Contractor's employees employed at the site of the protect and, If any work is sublet, Contractor shall require ilia subconlrac(Or similarly to provide Worker's Compensation Insurance for all of the letter'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 !Itis 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 Instil armme 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 ito lbo Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 05240. ILWatvnr of a rgutstInn against ltl4_GIIY of oqyI NOTE: No contract agreement will be signed nor will spy work begin on a protect unlit the proper insurance certificate Is received by the City. (c) COFY CONTRACT EXTENSION AGREEMENT NEIL O. ANDERSON & ASSOCIATES CONSTRUCTION TESTING AND INSPECTION SERVICES Exhibit 1A THIS CONTRACT EXTENSION AGREEMENT, made and effective this 1 day of June, 2014, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and NEIL O. ANDERSON & ASSOCIATES, hereinafter called "Contractor." WITNESSETH: CONTRACT: Contractor and City, entered into a Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects on July 3, 2013. 2. TERM AND TERMS: The term of this Contract Extension Agreement shall commence July 1, 2014 and terminate June 30, 2015. The Scope of Service and Fee Schedule shall be amended as shown in Exhibit 2. All other terms and conditions will remain as set forth in the Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects, attached hereto as Exhibit 1 and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "City" By: STEPHENFSCHWABAUER Interim City Manager Attest: RANDI JOHL-OLSON, City Clerk Approved as to Form: JANICE D. MAGDICH, Interim City Attorney NEIL O. ANDERSON & ASSOCIATES hereinabove called "Contractor" Title: PP.5•J&, p41.- r 1 L4i(3dA/!'' AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on C.� (i , 2013, p p by and between the CITY OF LODI, a municipal caratio (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 Ni the protect 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 Exhibit 1 remain in contact with reviewing agendas and make all efforts to review and retum 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 assodated 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 thls Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved In advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with 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 Damaqe 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 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 dass or certified mail, postage prepaid, addressed to the respective parties es follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3008 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 Ernalovee 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 thls 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 deriver 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 Califomia 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 attomey'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 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered 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 Ownershlo 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 thls 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. ATTEST: RANDI City Clerk APPROVED AS TO FORM: D. STEPHEN SCHWABAUER, City Attorney JANICE D. AG DICK Deputy City Attorney CITY OF LODI, a municipal corporation ARTLAM, City Manager NEIL O. ANDERSON & ASSOCIATES ,7 By: By: ..r ,oi4.7045-0.11 ,moo Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Funding Source:Various Genital Accounts (Business Unit & Account No.) Doc ID:WP1Projec tsTSAzWeIlOMdenson2013 CAsrev 01.2012 8 MEMORANDUM, 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 Exhibit A 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. Wirnan Construction Project Manager IC IWPIPROJECTSWOA SCOPE OF SERVICES MEMO 2015-2014.000 NEIL O. ANDERSON AND ASSOCIATES 2013 SCHEDULE OF FEES TERMS OF PAYMENT AND CHARGES OEOTECNNICAL ENVIRONMENTAL INSPECTIONS i TESTING LABORATORY SERVICES POOL ENGINEERING POST TENSION DESIGN TERMS OF PAYMENT • 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 aur 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 lime 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, Masonry, 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. *Overtime and Double time rates wilt be applied per the Cafifamfa labor law. PREMIUM TIME • An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm. PREVAILING WAGE • In accordance with California Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $25.00 may be applied per hour for publicly funded projects. A wage differential of $35.00 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. INSURANCE • Neil 0. Anderson & Associates, Inc. carries coverage in excess of all insurance required by law. Additional costs for extra insurance certificates, co-insurance endorsements, or additional insurance or bonds will be charged to the client at cost plus 20%. New clients may be subject to payment prior to receipt of report. All clients may be subject to a prepayment before initializing our work. Updated: 2/7/2013 This fee schedule maybe changed without notice . 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333,8303 50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commerdal Or, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 1of7 ANEIL O. ANDERSON AND ASSOCIATES 2013 SCHEDULE OF FEES ICOR Cus'roHrk REF ONLY) ENGINEERING SERVICES EXHIBIT B GEOTECHNICAL ENVIRONMENTAL INEPECTIONI £ TESTING LABORATORY SERVICES POOL ENGINEERING PORT TENSION DESIGN Senior Principal Eniln-er Rind al En =sneer Senior Eng near Ged/ Sc entlst Pr ect Engineer./ Gosol-oiilst1_Scientist Staff Crtnineer I GeoicTistl Scientist: Expert .Consultirltl Expert 1.sstlmiily AS Belt Concrete Consult'st nsp t • r Oro na ee ,1 ' asanry, Fire rvofinp) AC 5O1}s'InsppectOr With Nuclear Gauge Certified !~Iold SiteWeIdIn las actor AWS CWI ola 1st 195,00/hr 17S,1301ts_r 160,Oa0in 0 1.50.0O1hr 230,00/fir 460.00/hr ncre r rlr ra . ec, os lens rn, DSA nsnnry Inspector Gob Deayinar CAD Drafter ACct}untagt 145.00/hr 132,00/hr Administrative Assistant EXPLOR! TltON Gsap{'a ictli Selsmie ekac n 1D 3D, Seismic Source DAgllnk UI, Z4 Channel Anluisllion System, 2 86,f)0jlir 95.{u hr 95.00 84,0+ r 95,0Oihr 84,00 IT man crew Mul(i-Channel Analysis of Surface Waves ID -3D, Seismic Source DAQIInk IHI, 21 Channel Ac9ulsltlan System, 2 man crew Ground Penetrating Radar, special.anierinas may warrant additional charge Irl situ Soll Resist IW -NOM, Milkers tester Post v ocessina and Anarys's Z75.00/hr 27.5.00/hr 225.001hr 170.601hr 160,00/hr Drlllai : and Sum PJin ! ItMS and arta5 tralk'el ( 2- Dr111151 en • amp Ing 51mca 2100, Drillln; end Sam •1! Cf4E75 Au•ar Dr II . an am n na + Sarpling ' E75 Roc Caring) Borahaie Graudng Hand -Auger Sail sample (i -parson Grew) a le fit' E75NILt .Rote, w 14 rs�rl new r rag, ne an, 2 parson crew 245A0p 225.00 hr 285.0Off 285,00 Request Quote 285.00/11r ii.0u/11r CaringEgUlpmentpitis Operator, quote will be given upon request fur seCOM operators 145.00Ihr Coring Trailerlinclud s operator) 0 r 165.4 Bit charms per 6" max Core It:npth, 4" max core diameter 16541 Su • art Think not Inctutilh callaa ta MO � a1 on water tank 250.00 day 10.03/each 2 x e n ass- = TU 9s a . C8p5A rc1yC a Cost + 20010 Permitting Fans Bailers (dIsposablie) SarirpqrR5il plica 4glaves Waters rope; etc,) Phatd•1drt��ton Detector RIO) Updated; afl/2013 10,00 ea 25.00009 125.-00/day 001 radarWs! way, Evil CA 99740 F.'t09.361.17Di F:209.913.6103 54GoldertII rtd ct,11100,summeat° CA 95$34 PI916,928.4550 F:916.918.1& 7 5051 Cornmarde! Clr, Unt G,Concord CA 94S27P:925.fi09,7324ft95.509$E321 ANEILO.ANDERSON AND ASSOCIATES EXHIBIT B OEOTECHNIcAL ENVIRONMENTAL INSPECTIONS ■ TESTING LAOORATORY SERVICES POOL ENGINEERING POST TENSION OEPION Swell Test (Expansion In ox) CompressWe Strength of Lima Treated Specimens CTM 373 Compressive Strength of Cement Treated Specimens ASTM D1632 and ASTM D1633 Percent Lie Design, hoseti on compressIve strength (includes R-varue, pld Mme Determination and Unconfined Compressive Strength) 11ce11 Ine compress on • s1 DInICtSIMar Tit' Untonseltdated —Undrained Gonsolldoted -- Undrafnerf 0.3wea 300.00/ea 1200.00/ea 120.00 e81 CansallrlaWd -- Drained rdaylei COMpreS51011 rest ]ncons©Ildated.IJ dreined T Iax 02850 Constllldnted Undrnlhed Trtax Do&7 Consolidated—Drained Consolidated Ltndralnecl wifh Pore Pressure Meosuremonts cllnsaleaftan last Swell only consolidation • Without -Enna Rata 110,00_ p pint OO,p 166;0 0t 1135.owpalit 185:00lpoint Request Quote Request quote Requestgilote Consoildotl In whit nme Rate ' er-load 1ncretneo additional dart At3PHALT CONC 6t•4? 260.00rea, ?Ilea 20. /e State of L?illfalrrlaAsp1181t Comte / I Design. CIT4 202.6 eve Course A GTM 202 Sieve Fine Agri CTM 202 Sieve Recycle AC CTM 204 Plasticity Index CTM 205 Detcrininln, elo.Crushed Particles CAM 206 Bulk SG SpG&AbtorCoarse Agij CI -Vi 20Y BukSpG (SIM fine Agg CTM 2111A Rattler CTM 2tiLC0.I$ sodium sulcate Sounciniss (per slave GTM 217/02919 &Intl Equivalent CTM 227 Cleanness Coarse Agp CTM 229' vurabllity Index CTM 303 Kc i4 Itf 60.; ea 0 ea 110,00/ea 12 00/ea 2®DAO/ea 70,00/ea 9OUO2ea Request quote, 120,00 ea 12000 ea 150,001eD 'MI 304 AC Sample Preparation CTM 304 w1t{1 Lime Trea GM 308 Buff 'a G7av H1t Mix- crM 30 T e6 Son Gray Bit Mix CTM 30101660 Stablta fteter Vtilue Set of 3) LTM 371 T0ncile5trength Ratio Lab Mix crPl 371 tonsil© Strengtth Ratio Held iviix 3B2,Inn jign OVe pft$it content UM 392 Ignition Furnace cefjlbraUOn LP. -1 Theo Max.SpG MIX with Dif AC Cont LP -2 BUIk SpG At I Blend- LP-3 lendLP-3 olds PIila• with As halt 165bi ea YeDiva ioaoo/ea 175X10/ea moojea 165o0 ea 310,130 ea LP- Dust Prop+ . o 1P -i0 5smplinq anrtestinq CRP) 907 7ndwlrie{ wey, ladI MI 957.0[F 41,11114r./.4 .9r61 r:Ia5 1 g343 SO6oldenlandCt,MO,SecamentoClt 95834 P8115.930.46901:918.9184397 5051 Commord410r, Unit 6, Concord CA 94520 P1925.609.7224 8925,609.1324 1000.00 ea MOT 16d 4100 160 •it1OA0(ea 50.00 en 1 SO �s ea Updaledt 1/1r7013 ANEIL O. ANDERSON AND A S S Q C I ATE 5 EXHIBIT B O EOTECH NICAL ENVIRONMENTAL INSPECTIONS R TESTING LAEOEATORY SERVICES POOL ENGINEERING POST TENSION DESIGN ApOHTO 7-3O4 Hoe AngtUfarity ASTM D1 91 Plat arid -Elongated -Particles hf 13.118ll MJx: ix Desicrn ASTf+3 D3559 Stability & lak w AZ4 D10751mmarslon & Compression Retained 5rtrennth ASTM [35.726 UnitWelpilt ASTM P2172 Ex rattfon ASTM P2172 cttan With Gradation STM D2041, P2172 MakImum (Rice)Specific GraVitWofUltunllnousMll}talres COrr;ICTTETO TECHNICAL Z00,OU/e6 200.1301/31 1Requestquota 110,00/ea _ 110,00 ea 60.00/E18 200.00/&'x1 275,00(ea 150,00 ea Cancrebe Mix Design Review Additional Cancra Mix Uesl4n Nsing-same mat fess COncret# Mix Dealgn wfifil'rrlal etch & Concrata Minder Compression Tests Floor Ffritnes5'%s no rloorlatness Report Unit Wel _hl Firepronfln9 4410/Z4 ?TY Compression Test Concrete Cylinders Flexural strength. Concrete Beams, ex6" c24 ASTM Lit °Ander molds. (01(121, Gement Content of Hardened Portiand Cement ConCte-te ASTM .CU5 Shrink Bar Testlne (3 bare per set) 7i5Ti4 Cia7 Compression Tests on Cone S�]eedmprl s includesrep) ASTM C i2 Calcium ChEorkde.Nlol5ture Test Kit -(Includes calculations) MASONRY BRICK PLOCit/TXLE Compression Tests on Core Specimens (includesyrap) ASTM C42 Shear Testa Metortly Core 2uarap/ea 150,00leis Request quote 135.OU/hr 45a.o0/ea 50.ovlea Yfi.Out 125.00/05 7,0Qlea Ettquaat9uo19 ationi,et 80.00/ea 80:00).ea Comma/on Tests? Compression Test Grout Molds :.Compression 'fest Mortar Cylinder Cornpr'eatTan 2"xe.%irrtdiar Moldt Compression mosonty Prism (2 -blvd[, morthred & grouted cm erste Mesorrry rl rtrr Compression Test MasotaUnit 0"xe'x16" P'Iasc cit/ Ab oretlon Teats ASTM CIAO MasoitryShrtnktage VoIurno Changer) Masgliry Luteal ShrIn ln"e with Absorption Masonry Shrinkage with Absprptlorr and Compression gTBEEL AWs fASTMASM /ANSI/APX WWWON DF37liGt71WE TESTING Igg Yerig , 513 T nu Bolt}UyLoad Test no hebar Pull Teeting Cellirin. Wire Poll Tesdng NDT OFR Podtometer ao,ao/ea 145AO/ 26.00 bl/ ua Loom i731ea 1ISAI 175.00 ee 260.00 eo 375A0/ea 130.00.hr /30,00[1ir 13011 lbaeo/hr 1f 0.00thr Updated:7/1/2016 802Induct/IA Wok Lod CA 95240 91209395.070113209956.8301 50 eoldMnland Ct, 6100, Scrims*. CA'95614 9526.928.4590 1,:916.920AS97 5051 co►nmerzkl Gr, Unit 9, Concord CA 94520 P1925.601.72241192S.609.6124 4 NEIL O. ANDERSON AND ASSOCIATES t,AflW 717RY structures -.1 Tensile & Hand Tests: ReInforcement Steel Tensile &Bend <0 Reinforcement Steel 'rouge & Sand 6 to 9 EXHIBIT B oEOTECNNICAL ENVIRONMENTAL INIPECTIONI $ TESTING LANORATO$Y SESVICES POOL ENGINEERING POST TENSION [MINN Ttelnfnreernent Steel No, 10 and lamer High-strength Dolt, Nut & Weather TeStlnp. RocktiNell Hardness Test f iS(3Terque Wrendl Calibration Welder quall(Jcation end Wee Prma'ui tjaatiaoatJons,• e d1 rocedure . ualitica111ns uiratian Iate.Groove Wel -10 2G 3G 4G Te er Qua i catkin P ply Groove e —10t1GJ 5G, tGS SGR Weider IF uallflcativn P at Pillet Weld — fF ZF 3F= gF Weer 'Qualification PlEe Met We — 1F, 2F, 1F, 5F' WPS Test Plate (set) WPS Test Pipe (set) Wei er • ua 135 iB5r.O. ea 2O5.00/eP, plus inadllnfng cot +211% 330.067 et MOO ea .320,11 ea 750.115/11 1O,00fee 225.60 ea 700 es g5,11U/aa STANDARD POOL ENSINEERIINO SERVICES RIC S Mato, quoted Wade response to plan died rStandard Sh tcreta a Reinforcement Detail Plan "Standard Pool. Plan" Ownerjf3ulldar Standard Sirottrete & RelifarcementDetail-fan (Standard Pion Include 2 sheets or plan and calculations) Structural -Design Computations Cover Panes Addltivnal Plan Sheets Pool Vendor RantddeThan Owner i3uildor Remadef Plan Comrriercial Pool Plan 8s,001en 85,04 ea 125Aofelr 30Q.f3iT eA t: Commerical/Vault Pool Plan Standard Swlminin Pahl Detail Cust6m sw mmlng e0 Deur Standard Retaining Well Deslfjn 3D !nen maximum 111ai !! Cuetarn Retannin se1als Design a helg) • Additional Heights Cansuitlin Latter On -Site Steel and/or Excavation Cbservatlen Patlo comersrreills Design Full Sorvice Rqoark itesdf}n Tree!ake Schedule Epoxy Injection updated: l/1/2073 10.ODJea 117.0i3Je3� 105.0,0 O,ouJet keenest Quote 1,500.00[mlf RegUe t 9uote 2,O00,0O/m!n 150,013ln_ 600,100 Min 154,UOj am 500, 1 150.130 03 175.130linin 902 l,µlu:IIP1I WeY, Lodi EA 95140 P;709.3&7.3701 Frx09.339.6303 5f1GordegandCi,R100,5arm mesiW CA 95834 WACO18:1 9(1M111.910,4Ggi 5051Com rntidal Cr, Unit 4, CartrgrdCA 94520 ft02.5 E07.72i4F:915,G09.63Z4 35o.00 ..mon 603.00/min Rawest quote 150.0 1,500/first 10; 60.00ltt. after, EXHIBIT C Insurance Reaulremenig for Contractor '11100 nTractdr shall lake our and maintain during the life of this contract, insurance covorage s hated below. Those bleuronce ppileles obeli protect the eOnlradtof and any subcontreetor performing work covered by He contract from claims for damages for peraanal injury, Including occidental death, os well's° from alarms fdr property damages, which may arise from Contractor's oporuIlans under This contract, whether such,oparattons be by Contractor or by any subcontractor or by anyone directly or Indirectly employed by either of thorn, and the amount of euch insurance sh8II be es follows: 1. COMPREHENSIVE GENERAL LIABILITY 51,000,000 Ea. Occurrence 52,000.000 Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY 51,000,000 Bodily Injury - Ea. Person 51,000,000 BodNy Injury - Ea. Commence 51,000,000 Property Damage- Ea. Commence NOTE: Contractor agrees end stipulates that eny inauri ne° coverage provided to the. City of Lodi shall provide for a claims period following termination -Of coirera9e witloh is, at least consistent with the claims period or statutes of Ilrnitaliorte found in the California Tort Claims Act (folforela Government Coda Section 810 etseq.). NOTE (1) The street address of the City OF LOCi mtist 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 deacriptlon of the p of �e that Il ie insuring. A copy of the certificate of insurance wIlh the following endorsements shall be furnished to the City: (e) MdItion J Narripg Insured EMorsernent Such insurance as is afforded by Ibis policy shell also apply to the Gity of Lodi, Its elected and appointed Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named Insureds. (This endorsement shall be on a form furuished to the City and shall be Indudedwith Contractor'e policies.) (b) EtliettelanOttEndersernent Such insurance res Is afforded by the endorsement for the Additional insureds shell apply es primary insurance. Any other Insurance maintained by the City of Lodi or Ito officers and employees shall be excess only and nal contributing with the insurance afforded by this endorsement. Sayetabfltiy of interest Clause The term "insured" le used severally and not collectively, but the inclusion herein of more than one Insured shall not operate to increase the Ilmit cline company's liability. (d) Notice af{lonoelfattoaor Change II Coverage Endorsement f is 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 OS240. csiReneat,Lrg Insurrnco Thar Contractor shall (ecce 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 shalt require the subcontractor efniilady to provide Worker's Compensation insurance for all of the tatter employees Unless such -employees ere covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the sile of the protect is not protected under the Workers Compenea0on btalule, the Contractor shalt .provide and shall cause each subcontractor to provide Insurance for the protecllon of said employees. This policy may not be canceled nor ihs coverage reduced by the cbrnpany.withOut 30 days' prior written native of such eanceliatlon or redublion In coverage to the RIe1 Manager, City of Lodi, 221 W. Pine St., Lodi, CA 05240. E1 WWber of SuhreOellen ermine! ih0 Cf1v of LQdlis resolved, (0) NOTE: No contract agreement will be signed nor will apiC work begin on a project until the proper insurance aartlllcate Is received by the City. MEMORANDUM, City of Lodi, Public Works Deparbnent To: Neil O. Anderson From: Construction Project Manager Date: May 21, 2014 Subject: Construction Testing and Inspection Services — Various City Projects Exhibit 2 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: Turner Road Overlay Project Sacramento Street Improvements Fire Staion #3 Parking Lot Improvements White Slough WPCF Control Building Remodel/Addition Project 2014 Alley Improvements Project 2014 Church Street Parking Lot ADA Phase 3 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 K:1WPIPROJECTSMIOA SCOPE OF SERVICES MEMO 2014-2015.DOC ANDA41NEIL O. ANDERSON 1 ASSOCIATES AWarracon COMPANY 2014 SCHEDULE OF FEES TERMS OF PAYMENT AND CHARGES TERMS OF PAYMENT • Payment of invoices is due upon receipt Invoices will be subject to a late payment diarge 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, masonry, 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 excessss 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. *Overtime and Double time rates wW/ be appfted per the Ca/Ifom/a labor /aw. PREMIUM TIME • An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm. PREVAILING WAGE • In accordance with California Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $25.00 may be applied per hour for publidy funded projects. A wage differential of $35.00 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. INSURANCE . Neil 0. Anderson & Associates, Inc. carries coverage In excess of all insurance required by law. Additional costs for extra insurance certificates, co-insurance endorsements, or additional insurance or bonds will be charged to the client at cost plus 20%. New clients may be subject to payment prior to receipt of report. All dlents may be subject to a prepayment before initializing our work. Updated: 4/30/2014 This fee schedule may be changed without notice 902 Industrial Way, Lodl CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, 4100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit 8, Concord CA 94520 P:925.609.7224 F:925.609.6324 1of7 85.00/hr 89.00/hr 100.00/hr 100,00/hr 95.00/hr. 80.0C/hr ANDAlgNEIL O. ANDERSON I/ ASSOCIATES AlrPITaCOn COMPANY 2014 SCHEDULE OF FEES (FOR CUSTOMER REF ONLY) ENGINEERING SERVICES Senior Principal Engineer Principal Engineer/Geologist Associate Engineer/Geologist Senior Engineer / Geologist / Scientist Project Engineer / Geologist/ Scientist Staff Engineer / Geologist / Scientist Expert Consulting Expert Testimony Asphalt Concrete Consulting ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 250.00/hr 225.00/hr 185.00/hr 170.00/hr 160.001/hr 135.00/hr 275.00/hr 495.00/hr 145.00/hr AC/5oiis Inspector with Nudear Gauge Certified Field/Shop Welding Inspector (AWS/CWI) DSA Masonry Inspector CAD Designer CAD Drafter Acoauntant 95.00/hr Administrative Assistant 60.00/hr HOT MIX ASPHALT (HMA) SERVICES HMA Placement Inspector HMA Density Process Control HMA Density Cores HMA Data Cares 98.00/hr 92.00/hr 110.00/hr IHMA Production Inspector 110.00/ivr 92.00/hr HMA Design Review Lead Project Inspector 200.00/ea Building/Construction Project inspector Caltrans Certified Laboratory Technician CTM125 Sample Hwy Material Request Quote Request Quote 92.00/hr Quality Control Manager Quality Control Plan 92.00/hr 175.00/hr 800.00/ea EXPLORATION GEOPHYSICAL Seismic Refraction 1D -3D, Seismic Source DAQIink III, 24 Channel Acquisition System, 2 man crew Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQFFnk III, 24 Channel Acquisition System, 2 man crew Ground Penetrating Radar, special antennas may warrant additional charge In-situ Soil Resistivity Testing, Mini -res tester Post Processing and Analysis DRILLING Drilling and Sampling (AMS and Simco track rigs, 2 -person crew) Drilling and Sampling (Simco 2400, Mobile B24 drill rig, Minute Man, 2 person crew) Drilling and Sampling (CME75 Auger) Drilling and Sampting (CME75 Mud Rotary w/desander) Drilling and Sampling (CME75 Rock Coring) 280.00/hr 280.00/hr 225.00/hr 170,00/hr 160.00,/hr 1 245.00/hr 225.00/hr 285.00/hr. 325.001/hr Request Quote Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, #100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 2 of 7 A041/ NEIL O. ANDERSON AND ASSOCIATES Alrerracon COMPANY Borehole Grouting 285.00/hr Hand -Auger Soil Sample (1 -person Crew) 135.00/hr Coring 1 Man Crew w/o Trailer CQuote will be Given upon .request for second operator) 145.00/hr oring 1 Man Crew wrFraier (Quote will be given upon request for second operator) 165.00/hr Bit Charges per 6" max core length, A" max core diameter 34.00/ea Support Truck not including mileage (500yai(on water tank) 250.00/day 2"x6" Stainless -Steel Tubes and Caps, recycled 10.00/each Permitting Fees Cost + 20% Sailers (disposable) 10.00/ea Sampling Supplies (gloves, water, rope, etc.) 25.00/day Photo -ionization Detector (PID) 125.00/day Water Level Indicator 30.00/day ph/Conductivity/Temp Meter 50.00/day Dissolved Oxygen Meter 50.00/day Steam Cleaner 100.00/day Cement Pump and Mixer 100.00/day Drums 75.00/ea Drilling Supplies Cost + 20% Laboratory Analysis Cost + 20% GEOTECHNICAL SOILS AND AGGREGATES Direct Shear rest: Unconsolidated - Undrained 140.00/point Consolidated - Undrained 165.00/point Consolidated - Drained 185.00/point Tr/ax/a/ Compression Test Unconsolidated Undrained Triax D2850 185.001poFnt Consolidated )Undrained -Max D4767 Request Quote Request Quote Consolidated - Drained Consolidated - Undrained with Pore Pressure Measurements L Request Quote Consolidation rest: Swell Only 200.00/ea Consolidation without Time Rate 340.00/ea Consolidation with Time Rate, per load increment (additional charge) 120.00/ea LABORATORY HOT MIX ASPHALT (HMA) lob Mix Formula (Reduced Rate for Multiple Mrs) Request Quote CTM 202 Sieve Course Agg 60.00/ea CTM 202 Sieve Fine Agg 85.00/ea CTM 202 Sieve Ignition Sample 140.00/ea CTM 202 Batch Plant Gradation Report 50.00/ea CTM 204 Plasticity Index 125.00/ea CTM 205 Determining % Crushed Particles 200.00/ea CTM 206 Bulk SpG & Absor Coarse Agg 70.00/ea CTM 207 Bulk SpG (SDD) Flne Agg 90.00/ea CTM 211 LA Rattier Request Quote CTM 214 Sodium Sulfate Soundness (per Sieve) 150.00/ea CTM 217 Sand Equivalent 120.00/ea Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, 4100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Clr, Unit 8, Concord CA 94520 P:925.609.7224 F:925.609.6324 3 of 7 AONEIL O. ANDERSON AND ASSOCIATES Alrerracon COMPANY CTM 226 Moisture Content of Aggregates by oven drying 50.00/ea CTM 227 Cleanness Coarse Agg 200.00/ea CTM 229 Durability Index 165.00/ea CTM 234 - AASHTO T304 Fine Angularity 200.00/ea CTM 235 - ASTM D4791 Flat and Elongated Particles 200.00/ea CCM 303 Kc & Kf determination 300.00/ea CTM 304 AC Sample Preparation 100.00/ea CTM 304 AC Sample Preparation with Lime Treat 125.00/ea CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes) 50.00/ea 'CTM 309 Theo Spec Gav Bit Mix 165.00/ea CTM 366 Stabilometer Value (Set of 3) 310.00/ea CTM 370 Moisture Content of Bit. Mix by Microwave 50.00/ea CTM 371 Tensile Strength Ratio Lab Mix 1,800.00/ea CTM 371 Tensile Strength Ratio Lab Mix with Lime Treat 2,000.00/ea CTM 371 Tensile Strength Ratio Field Mix 1,400.00/ea CTM 382 Ignition Furnace Asphalt Content 160.00/ea CTM 382 Ignition Furnace Calibration (1 per new source) 400.00Jea CTM 382 Ignition Furnace Calibration with lime 500.00/ea LP -1 Theo Max SpG Mix with Dif AC Cont 150.00/ea LP -2, 3, & 4 - HMA Volumetrlcs (VMA, VFA, [)P) Calculations Report 100.00/ea LP -10 Sampling and Testing CRM 200.00/ea ASTM D2974 Organic Matter 80.00/ea ASTM D5334 Thermal Resistivity 600.00/ea MARSHALL MIX DESIGN Marshall Mix Design Request Quote ASTM D1559 Stability & Flow 110.00/ea ASTM D1075 Immersion & Compression Retained Strength 110.00/ea ASTM D2726 Unit Weight 60.00/ea ASTM 02172 Extraction 300.00/ea ASTM D2172 Extraction with Gradation 350.00/ea ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mix. 150.00/ea AGGREGATES ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) 150.00/ea ASTM C40 Injurious Impurity Matter 75.00/ea ASTM C29 Unit Weight (aggregate) 80.00/ea CTM 212 Unit Wej9ht (aggregates) 80.00/ea CTM 217 Sand Equivalent Test 120.00/ea 120.00/ea C128 Specific Gravity, Fine 0127 Specific Gravity, Coarse 90.00/ea C535 Los Angeles Rattler Test (500 revolutions) Request Quote CTM 227 Cleanness Value, Coarse Aggregate 200.00/ea CTM 229 Durability Index: fine & Coarse Aggregate 165.00/ea 165.00/ea C142 Percent Friable Partides Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) 695.00/ea SOILS Attert erg Limit 04318 125.00/ea Permeability Falling Head 280.00/ea :Specific Gravity Determination ASTM D854 90.00/ea Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, 4100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial pr, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 4 of 7 Al NEIL O. ANDERSON AND ASSOCIATES Alrerracon COMPANY C136 Sieve Analysis Fine 115.00/ea C136 Sieve Analysis Course Wash 200 D1140 Hydrometer ASTM D422 80.00/ea 230.00/ea Laboratory Maximum Dry Density/Optimum Moisture Content Determination 4" mold AASHTO T99, ASTM D698 6" mold AASHTO T99, ASTM D698 4" mold AASHTO T180, ASTM D1557 6" mold AASHTO T180, ASTM D1557 CTM 216 Relative Compaction, Untreated and Treated Soils CTM 301 R -Value Untreated Samples CTM 301 R -Value Treated Samples pH Test 235.O01rea 245.00/ea 235.00/ea 245.00/ea 220.00/ea 325.00/ea 325.00/ea 60.00/ea. 175.00/ea 200.00/ea 215.00/ea 300.00/ea 300.00/ea 300.00/ea 1600.00/ea 120.00/ea 80.00/ea 145.00/ea 28.00/ea 28.00/ea 8.00/ea 185.00/ea 185.00/ea 105.00/ea 185.00/ea 260.00/ea 420.00/ea 200.00/ea 150.00/ea Request Quote 135.00/hr 450.00/ea 50.00/ea 28.0C/ea 125.00/ea 7.00/ea Request Quote 420.00/set 80.00/ea pH -Lime Determination Test Resistivity and pH Test CTM 643 Swell Test (Expansion Index) ASTM D4829 CTM 373 Unconfined Compressive Lime treated Specimen Compressive Strength Cement Compressive Strength Lime Percent Lime/Cement Design, based on compressive strength (includes R -value, pH Lime Determination and Unconfined Compressive Strength) Unconfined Compression Test ASTM D2166 MASONRY BRiCK7RL Oact7T1 E Compression Tests on Core Specimens (includes prep) ASTM C42 Shear Tests Masonry Core Compression Tests (Same price for untested 'bold" specimens) Compression Test Grout Molds Compression Test Mortar Cylinder Compression 2"x4" Cylinder Molds Compression Masonry Prism (2 -block, mortared & grouted) Concrete Masonry Unit: (Same price for untested "hold"specimens) Compression Test Masonry Unit 8"x8''x16" Masonry Absorption Tests ASTM C140 Masonry Shrinkage (Volume Change) Masonry Lineal Shrinkage with Absorption Masonry Shrinkage with Absorption and Compression CONCRETE Concrete Mix Design Review Additional Concrete Mix Design (using same materials) Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests Floor Flatness Testing Floor Flatness Report Unit Weight Fireproofing Compression Test Concrete Cylinders (same price for untested hold'3specimens) Flexural Strength, Concrete Beams, 65c6")(24 ASTM C78 Cylinder Molds (6"x12") Cement Content of Hardened Portland Cement Concrete ASTM C85 Shrink Bar Testing (3 bars per set) ASTM C157 Compression Tests on Core Specimens Sindudes prep) ASTM C42 Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209367.3701 F:209.333.8303 50 Goldenland Ct, P100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit 8, Concord CA 94520 P:925.609.7224 F:925.609.6324 5of7 AONEIL O. ANDERSON AND ASSOCIATES Alrerracon COMPANY Calcium Chloride Moisture Test Kit (Includes calculations) 80.00/ea STEEL AWS/ASTM/ASME/AN51/API Structural Steel Tensile & Bend Tests: Reinforcement Steel Tensile & Bend <5 135.00/ea Reinforcement Steel Tensile & Bend 6 to 9 165.00/ea 205.00/ea, plus machining cost +20% Reinforcement Steel No. 10 and larger High-strength Bolt, Nut & Washer Testing 350.00/set Rockwell Hardness Test 70.00/ea 1156 Torque Wrench Calibration 320.00/ea We/der Qualification and Weld Procedure Qualifications: Weld Procedure Qualifications 750.00/ea Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G 130.00/ea Welder Qualification Pipe Groove Weld - 1G, 2G, 5G, 6G, 6GR 225.00/ea Welder Qualification Plate Fillet Weld - 1F, 2F, 3F, 4F 75.00/ea 95.00/ea' Welder Qualification Pipe Fillet Weld - IF, 2F, 4F, 5F WPS Test Plate (set) 65.00/ea WPS Test Pipe (set) 85.00/ea NON-DESTRUCTIVE TESTING High Strength Bolt (HSB) Testing 140.00/hr Bolt Pull/toad Testing 140.00/hr Rebar Pull Testing 140.00/hr Ceiling Wire Pull Testing 140.00/hr NDT GPR 160.00,/hr Pachometer 140.00/hr STANDARD POOL ENGINEERING SERVICES The fees quoted includes response to plan deck: Contractor Standard Shotcrete & Reinforcement Detail Plan "Standard Pool Plan" 135.00/ea Owner/Builder Standard Shotcrete & Reinforcement Detail Alan (Standard Plan include 2 sheets of plan and calculations) 350.00/ea Structural Design Computations 20.00/ea Cover Pages 10.00/ea 10.00/ea Additional Plan Sheets Pool Vendor Remodel Plan 200.00/ea Owner Builder Remodel Pian 500.00/ea Commercial Pool Plan Request Quote 1,500.00/min Commerical/Vault Pool Plan Request Quote 2,000.00/min Standard Swimming Pool Detail 200.00/min Custom Swimming Pool Detail 500.00/min Standard Retaining Wall Design (30 inch maximum height) 250.00/ea Custom Retaining Wall Design (1 height) 500.00/min Additional Heights 200.00/ea Consulting Letter 185.00/min On -Site Steel and/or Excavation Observation 400.00/min Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, *100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Clr, unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 6 of 7 NEIL O. ANDERSON ANDAliggi ASSOCIATES AlrerraClon COMPANY Patio Corner/ Trellis Design Request Quote 800.00/min Request Quote 550.00/min Forensic Site Visit Full Service Aquatic Design Request Quote Treelake Schedule 175.00/set Epoxy Injection 1,50OJmin first 10', 60.00/ft. after MISCELLANEOUS Automobile Mileage 0.90/mile Subsistence and Lodging cost + 20% Equipment Rental cast + 20% Field Report Preparation 50.00/each Pad Certification Report 150.00,/each 200.00/each Final Letter (Testinglnspection) 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 Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, *100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit B, Concord CA 94520 P 925.609.7224 F:925.609.6324 7of7 Exhibit 1B CONTRACT EXTENSION AGREEMENT NEIL O. ANDERSON & ASSOCIATES CONSTRUCTION TESTING AND INSPECTION SERVICES THIS CONTRACT EXTENSION AGREEMENT, made and effective this - ?t=ri i) day of 2015, by and between the CITY OF LODI, a municipal corporation, hereinafter called "Cit ", and NEIL O. ANDERSON & ASSOCIATES, hereinafter called "Contractor." WITNESSETH: 1. CONTRACT: Contractor and City, entered into a Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects on July 3, 2013. TERM AND TERMS: The term of this Contract Extension Agreement shall commence July 1, 2015 and terminate June 30, 2016. The Scope of Service and Fee Schedule shall be amended as shown in Exhibit 1. All other terms and conditions will remain as set forth in the Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects, attached hereto as Exhibit 2, and the and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation NEIL O. ANDERSON & ASSOCIATES hereinabove called "City" hereinabove called "Contractor" City Manager Attest: NNIFER FERRAIOLO, City Clerk Approved as to Form: 1 r J NICE D. MAGDICH, City Attorney By:. rgo y VM . 'SCN fess. Title: Kt lNRTEif,L $ p(poto'rnENT /444144e4 MEMORANDUM, City of Lodi, Public Works Department To: Neil 0. Anderson From: Construction Project Manager Date: May 22, 2015 Subject: Construction Testing and Inspection Services — Various City Projects 1 Exhibit 1 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: Cherokee Lane Improvements Project Shady Acres Strom Pump Station White Slough Digester 1 & 2 Lid Replacement Project Lodi Lake Boat Ramp Improvements Project 2015 Alley Improvements Project Lodi Shopping Center Public Improvements 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 0. Anderson & Associates as requested. • ? - Y` - r' Gary R. Wiman Construction Project Manager K:WYPIPROJECTSWOA SCOPE OF SERVICES MEMO 2016-2018.DOC ANDA14NEIL O. ANDERSON 11 ASSOCIATES AlIITf aCOfl COMPANY 20 May 2015 City of Lodi Attn: Mr. Gary Wiman PO Box 3006 Lodi, CA 95241 (209) 333-6706 Re: Proposal to Provide Construction Materials Testing & Inspection Services, MSA Extension Dear Mr. Wtman: Neil O. Anderson and Associates, A Terracon Company (NOA) is pleased to submit a proposal to provide materials testing and inspection services for various City of Lodl projects. We have extensive experience providing construction materials testing and inspection services. NOA joined Terracon in April 2014. Founded in 1991 with offices based in Lodi, Sacramento, and Concord, Califomia, NOA provides a wide range of engineering services including geotechnical, materials, foundation and structural engineering, geophysical exploration, environmental and geosciences, forensic investigations, pool engineering, and aquatic design. We continue to view our company as a vital and growing consulting firm of engineers and scientists, providing multiple related service lines to clients at local, regional, and national levels. All of our services are delivered on a timely basis with high value and attention to dient needs. Benefits to working with NOA include: Responsiveness: Acting quickly to meet your deadlines, our employee owners are always available to you. With convenient locations across the country, were able to quickly mobilize a workforce to respond to accelerated schedules and your changing needs. Resourcefulness: Applying new processes, methodologies, and techniques allows us to take a proactive approach to solving project challenges and deliver your projects better and faster. With our nationwide network of offices, we can initiate services easily on one or multiple projects simultaneously. Reliability: With vast experience working in local conditions, Terracon is a dependable partner throughout the fife of your project. We deliver practical and constructible solutions, while avoiding delays, surprises, and costly mistakes down the road. We are confident that NOA will provide the City of Lodi with a high level of service and look forward to working with you. Should you have any questions regarding the attached proposal, please contact me at (209) 367-3701 or email me at troy.schiess@noanderson.com. Thank you for your time and consideration. Sincerely, Neil O. Anderson & Associates, Inc.; A Terracon Company Troy M. Schless, PE 71404 Materials Department Manager Neil 0. Anderson & Associates; A Terracon Company. 902 Industrial Way Lodi, CA 95240 Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 noanderson.com terracon.com [ 1 1rifi111. 1t 1 I Far:1 11{r.'s • (;rnlIIII:71 • Vltiri+rI 1 ANDAONEIL O. ANDERSON ASSOCIATES Alrelf'iiCar1 COMPANY 2015 Schedule of Services and Fees (Continued) ENGINEERING SERVICES Senior Prindpal Engineer Prindpal Engineer/Geologist Associate Engineer/Geologist Senior Engineer / Geologist / Scientist Project Engineer / Geologist/ Scientist Staff Engineer / Geologist / Scientist Expert Consulting Expert Testimony Asphalt Concrete Consulting ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) AC/Solls Inspector with Nudear Gauge Certified Field/Shop Welding Inspector (AWS/CWI) DSA Masonry Inspector CAD Designer CAD Drafter Accountant Administrative Assistant HOT MIX ASPHALT (HMA) SERVICES HMA Placement Inspedor HMA Density Process Control HMA Density Cores HMA Data Cores HMA Production Inspector HMA Design Review Lead Project Inspector Building/Construction Project Inspector Caltrans Certified Laboratory Technician CTM125 Sample Hwy Material Quality Control Manager Quality Control Plan EXPLORATION GEOPHYSICAL Seismic Refraction 1D -3D, Seismic Source DAQIInk III, 24 Channel Acquisition System, 2 man crew Multichannel Analysis of Surface Waves 1D -3D, Seismic Source DAQIInk III, 24 Channel Acquisition System, 2 man crew Ground Penetrating Radar, special antennas may warrant additional charge In-situ Soil Resistivity Testing, Mini -res tester Post Processing and Analysis DRILLING Drilling/Sampling (Track mounted rigs, 2 -person crew) Drilling/Sampling (Simco 2400 and Mobile B24 trudc mounted, Minute Man, 2 person crew) Drilling/Sampling (CME75 Auger) DHIIing/Sampling (CME75 Mud Rotary w/desander) Drilling and Sampling (CME75 Rock Coring) Borehole Grouting Hand -Auger Soil Sample (1 -person Crew) Responsive D Resourceful D Reliable 250.00/hr 225.00/hr 190.00/hr 175.00/hr 165.00/hr 135.00/hr 275.00/hr 495.00/hr 145.00/hr 85.00/hr 89.00/hr 105.00/hr 105.00/hr 100.00/hr 88.00/hr 95.00/hr 65.00/hr 92.00/hr 92.00/hr 110.00/hr 110.00/hr 92.00/hr 200.00/ea Request Quote Request Quote 92.00/hr 92.00/hr 150.00/hr 500.00/ea 280.00/hr 280.03/hr 225.00/hr 185.00/hr 165.00/hr 275.00/hr 225.00/hr 285.00/hr 325.00/hr Request Quote 285.00/hr 135.00/hr 2015 Fee Schedule (Revised 5119/15) Page 2 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 # 5075 Commerdal Cine Unit E Concord, CA 94520 Al NEIL O. ANDERSON AND ASSOCIATES A1kITaco11 COMPANY 2015 Schedule of Services and Feu (Continued) Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator) 145.00/hr Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator) 165.00/hr Bit Charges per 6" max core length, 4" max core diameter 34.00/ea Support Truck not Inducting mileage (500 gallon water tank) 250.00/day 2"x6" Stainless -Steel Tubes and Caps, recycled 10.00/each Permitting Fees Cost + 20% Bailers (disposable) 10.00/ea Sampling Supplies (gloves, water, rope, etc.) 25.00/day Photo -ionization Detector (PID) 125.00/day Water Level Indicator 30.00/day ph/Conductivity/Temp Meter 50.00/day Dissolved Oxygen Meter 50.00/day Steam Cleaner 100.00/day Cement Pump and Mixer 100.00/day Drums 75.00/ea Drilling Supplies Cost + 25% Laboratory Analysis Cost + 30% GEOTECHNICAL SOILS AND AGGREGATES Direct Shear Test: Unconsolidated - Undrained 140.00/point Consolidated - Undrained 165.00/point Consolidated - Drained 185.00/point Triaxial Compression Test Unconsolidated Undrained Triax D2850 185.00/point Consolidated Undralned Triax D4767 Request Quote Consolidated - Drained Request Quote Consolidated - Undrained with Pore Pressure Measurements Request Quote Consolidab'on Test: Swell Only 200.00/ea Consolidation without Time Rate 340.00/ea Consolidation with Time Rate, per Toad inaement (additional charge) 120.00/ea LABORATORY HOT MIX ASPHALT (HMA) Job Mix Formula (Reduced Rate for Multiple )MPs) Request Quote CTM 202 Sieve Course Agg 60.00/ea CM 202 Sieve Fine Agg 75.00/ea CTM 202 Sieve Ignition Sample 140.00/ea CTM 202 Batch Plant Gradation Report 50.00/ea CTM 204 Plasticity Index 125.00/ea CTM 205 Determining % Crushed Particles 185.00/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) 150.00/ea CTM 217 Sand Equivalent 140.00/ea CTM 226 Moisture Content of Aggregates by oven drying 40.00/ea CTM 227 Cleanness Coarse Agg 165.00/ea Responsive 0 Resourceful 0 Reliable 2015 Fee Schedule (Revised 5/19/15) Page 3 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commerdal Circle Unit E Concord, CA 94520 Al NEIL O. ANDERSON AND ASSOCIATES Alrerracofl COMPANY 2015 Schedule of Services and Fees (Continued) CM 229 Durability Index 200.00/ea CTM 234 - AASHTO T304 Fine Angularity 200.00/ea CTM 235 - ASTM D4791 Flat and Elongated Particles 200.00/ea CTM 304 AC Sample Preparation 50.00/ea CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes) 30.00/ea CTM 309 Theo Spec Gav Bit Mix 165.00/ea CTM 366 Stabllometer Value (Set of 3) 300.00/ea CTM 370 Moisture Content of Bit. Mbc by Microwave 50.00/ea CTM 371 Tensile Strength Ratio Reid Mix 850.00/ea CTM 382 Ignition Fumaoe Asphalt Content 160.00/ea CTM 382 Ignition Furnace Calibration (1 per new source) 400.00/ea CTM 382 Ignition Furnace Calibration with lime 500.00/ea LP -1 Theo Max SpG Mix with Dif AC Cont 150.00/ea LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report 75.00/ea LP -10 Sampling and Testing CRM 200.00/ea ASTM D2974 Organic Matter 80.00/ea ASTM D5334 Thermal Resistivity 600.00/ea Marshall Mix Design Request Quote ASTM D1559 Stability & Flow 110.00/ea ASTM D1075 Immersion & Compression Retained Strength 110.00/ea ASTM D2726 Unit Weight 30.00/ea ASTM D2172 Extraction 300.00/ea ASTM D2172 Extraction with Gradation 440.00/ea ASTM D2041, D2172 Max. Spedfic Gravity of Bituminous Mix. 150.00/ea AGGREGATES ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) 135.00/ea ASTM C40 Injurious Impurity Matter 75.00/ea ASTM C29 Unit Weight (aggregate) 80.00/ea CTM 212 Unit Weight (aggregates) 80.00/ea CTM 217 Sand Equivalent Test 120.00/ea C128 Spedfic Gravity, Fine 70.00/ea C127 Specific Gravity, Coarse 90.00/ea C535 Los Angeles Rattler Test (500 revolutions) 300.00/ea CTM 227 Cleanness Value, Coarse Aggregate 165.00/ea CTM 229 Durability Index: Fine & Coarse Aggregate 200.00/ea C142 Percent Friable Particles 165.00/ea Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) 695.00/ea MILS Atterbery Limit D4318 125.00/ea Permeability Falling Head 280.00/ea Specific Gravity Determination ASTM D854 90.00/ea C136 Sieve Analysts Fine 115.00/ea C136 Sieve Analysis Course Wash 200 D1140 80.00/ea Hydrometer ASTM D422 230.00/ea Responsive 0 Resourceful 0 Reliable 2015 Fee Schedule (Revised 5/19/15) Page 4 of 7 902 Industrial Way Lodi, CA 95240 • 50 Goldeniand Ct *100 Sacramento, CA 95834 • 5075 Commerdai Circle Unit E Concord, CA 94520 All NEIL O. ANDERSON AND ASSOCIATES AlrIMITMC011 COMPANY 2015 Schedule of Services and Fees (Continued) Laboratory Maximum Dry Density/Optimum Moisture Content Determination 4" mold AASHTO T99, ASTM D698 235.00/ea 6" mold AASHTO T99, ASTM D698 245.00/ea 4" mold AASHTO T180, ASTM D1557 235.00/ea 6" mold AASHTO T180, ASTM D1557 245.00/ea CTM 216 Relative Compaction, Untreated and Treated Soils 220.00/ea CTM 301 R -Value Untreated Samples 325.00/ea CTM 301 R -Value Treated Samples 325.00/ea pH Test 60.00/ea pH -Lime Determination Test 175.00/ea Resistivity and pH Test CM 643 200.00/ea Swell Test (Expansion Index) ASTM D4829 215.00/ea CTM 373 Unconfined Compressive Lime treated Specimen 300.00/ea Compressive Strength Cement 300.00/ea Compressive Strength Ume 300.00/ea Percent Ume/Cement Design, based on compressive strength (includes R -value, pH Lime Determination and Unconfined Compressive Strength) 1600.00/ea Unconfined Compression Test ASTM D2166 120.00/ea MASONRY BRICK/DLOCK/TILE Compression Tests on Core Specimens (Includes prep) ASTM C42 75.00/ea Shear Tests Masonry Core 145.00/ea Compression Tests: (Same price for untested "hold" spedmens) Compression Test Grout Molds 28.00/ea Compression Test Mortar Cylinder 28.00/ea Compression 2"x4" Cylinder Molds 15.00/ea Compression Masonry Prism (2 -block, mortared & grouted) 185.00/ea Concrete Masonry Unit (Same price for untested "hold" specimens) Compression Test Masonry Unit 8"x8'k16" 185.00/ea Masonry Absorption Tests ASTM C140 105.00/ea Masonry Shrinkage (Volume Change) 185.00/ea Masonry Lineal Shrinkage with Absorption 260.00/ea Masonry Shrinkage with Absorption and Compression 420.00/ea CCONCRETE Concrete Mix Design Review 200.00/ea Additional Concrete Mix Design (using same materials) 150.00/ea Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests Request Quote Floor Flatness Testing 135.00/hr Floor Flatness Report 450.00/ea Unit Weight Fireproofing 50.00/ea Compression Test Concrete Cylinders (same price for untested "hold" spedmens) 28.00/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 Bar Testing (3 bars per set) ASTM C157 420.00/set Compression Tests on Core Specimens (includes prep) ASTM C42 75.00/ea Calcium Chloride Moisture Test Kit (includes calculations) 80.00/ea Responsive 0 Resourceful 0 Reliable 2015 Fee Schedule (Revised 5/19/15) Page 5 of 7 902 Industrial Way Lodl, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal Circle Unit E Concord, CA 94520 Al NEIL O. ANDERSON Alfitrnicon COMPANY 2015 Schedule of Services and Fees (Continued) STEEL AWS/ASTM/ASMI/ANSI/API Structural Steel Tensile & Bend Tests: Reinforcement Steel Tensile & Bend <5 Reinforcement Steel Tensile & Bend 6 to 9 AND ASSOCIATES Reinforcement Steel No. 10 and larger High-strength Bolt, Nut & Washer Testing Rodcweii Hardness Test HSB Torque Wrench Calibration Welder Qualification and Weld Procedure Qualifications: Weld Procedure Qualifications Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G Welder Qualification Pipe Groove Weld - 1G, 2G, 5G, 6G, 6GR Welder Qualification Plate Fillet Weld - 1F, 2F, 3F, 4F Welder Qualification Plpe Fillet Weld - 1F, 2F, 4F, 5F WPS Test Plate (set) WPS Test Pipe (set) NON-DESTRUCTIVE TESTING High Strength Bolt (HSB) Testing Bolt Pull/Load Testing Rebar Pull Testing Ceiling Wire Pull Testing NDT GPR (for reinforcement locating only, other uses refer to Geophysical services) Pachometer STANDARD POOL ENGINEERING SERVICES The fees quoted Indude response to plan check. Remodel Pian [Engineer site visit may be required] Remodel Pool Plan (typical in -ground) [Engineer excavation inspection required] Residential Pool Plan (drilled piers) [Geotechnical Investigation report required] Commerdal Pool Plan (typical In -ground) [Geotechnical investigation report required] Commerdal Pool Plan (drilled pier) [Geotechnical Investigation report required] Commerdal/Vault Pool Pian On -Site Steel and/or Excavation Observation Custom Swimming Pool Detail Custom Retaining Wall Design (1 height) Additional Heights Structural Design Computation copies Additional Plan Sheets Consulting Letter Patio Corner/Trellis Design Forensic Site Visit Full Service Aquatic Design Epoxy Injection Responsive D Resourceful 0 Reliable 135.00/ea 165.00/ea 205.00/ea, plus machining cost +20% 350.00/set 70.00/ea 320.00/ea 750.00/ea 130.00/ea 225.00/ea 75.00/ea 95.00/ea 65.00/ea 85.00/ea 125.00/hr 115.00/hr 115.00/hr 140.00/hr 165.00/hr 140.00/hr 800.00/min 800.00/min Request Quote 3,100.00/min Request Quote 1,500.00/min Request Quote 3,500.00/min Request Quote 2,000.00/min 400.00/min 500.00/min 500.00/min 200.00/Oa 20.00/ea 15.00/ea 185.00/min Request Quote 900.00/min Request Quote 600.00/min Request Quote 1,800/min first 10', 60.00/ft. after 2015 Fee Schedule (Revised 5/19/15) Page 6 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 ANEIL O. ANDERSON AND ASSOCIATES Al&MHX111 COMPANY 2015 Schedule of Services and Fees (Continued) MISCELLANEOUS Automobile Mileage Subsistence and Lodging Equipment Rental Reid Report Preparation Pad Certification Report Final Letter (Testing/Inspections) Additional Copy of Report (wet -signed) Miscellaneous Item Charge Air & Ground Transportation CAD — Prints Responsive D Resourceful D Reliable 0.90/mile cost + 20% cost + 20% 50,00/each 150.00/each 200.00/each 50.00/each Cost +20%/each Cost +20%/each 10.00/sheet 2015 Fee Schedule (Revised 5/19/15) Page 7 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commerdal Circle Unit E Concord, CA 94520 Exhibit 2 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 oration (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, shaU 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 protect 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 2.6 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 thls 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'a compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work Is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved In advanced and In writing, by CITY. Section 3.4 Auditing' CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with 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 Damane 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 attomey'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 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 Lodl 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 Cooaeratlort 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.NotjnEmnlovee 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 deriver 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 Confidentialitti 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 govemed 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 Reaulrement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Jntearatlon 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% 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 Fundlna Conditions 0 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. ATTEST: RAND! J s -IL City Clerk CITY OF LODI, a municipal corporation F3ARTLAM, City Manager APPROVED AS TO FORM: NEIL O. ANDERSON & ASSOCIATES D. STEPHEN SCHWABAUER, City Attorney JANICE D,MAGOI CH, Deputy City Attorney 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:WP1ProJectiAPSAslNeflOAndersan2013 CA.rev 012012 8 By: .J Nitl[a: CONTRACT EXTENSION AGREEMENT NEIL O. ANDERSON & ASSOCIATES CONSTRUCTION TESTING AND INSPECTION SERVICES THIS CONTRACT EXTENSION AGREEMENT, made and effective this LI day of June, 2014, by and between the CITY OF LODI, a municipal corporation, hereinafter called "City", and NEIL O. ANDERSON & ASSOCIATES, hereinafter called "Contractor." WITNESSETH: 1. CONTRACT: Contractor and City, entered Into a Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects on July 3, 2013. 2. TERM AND TERMS: The term of this Contract Extension Agreement shall commence July 1, 2014 and terminate June 30, 2015. The Scope of Service and Fee Schedule shall be amended as shown in Exhibit 2. All other terms and conditions will remain as set forth in the Professional Services Agreement for Construction Testing and Inspection Services on Various City Projects, attached hereto as Exhibit 1 and made a part hereof as though fully set forth herein. IN WITNESS WHEREOF, City and Contractor have executed this Contract Extension Agreement on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "City" Interim City Manager Attest: RAN i L-OLSON, City Clerk Apprved as to Form: .17NICE : AGDICH, Interim City Attorney re* NEIL O. ANDERSON & ASSOCIATES hereinabove called "Contractor" Title: eP4•Jr.; p41, 1 �inp -T 44 LA 188A I MEMORANDUM, City of Lodi, Public Works Department To: Neil O. Anderson From: Construction Project Manager Date: May 21, 2014 Subject Construction Testing and Inspection Services — Various City Protects Exhibit 2 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: Tumer Road Overlay Project Sacramento Street Improvements Fire Staion #3 Parking Lot Improvements White Slough WPCF Control Building RemodeVAddition Project 2014 Alley Improvements Project 2014 Church Street Parking Lot ADA Phase 3 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 K:\WPIPROJECTSINOA SCOPE OF SERVICES MEMO 20142016.DOC Agl NEIL O. ANDERSON AND ASSOCIATES All r rraCOil COMPANY 2014 SCHEDULE OF FEES TERMS OF PAYMENT AND CHARGES TERMS OF PAYMENT 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 • Ali 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, masonry, 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 • The 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. *Oreitt71e and Double time rates w/1 be applied per the Off am/a labor law PREMIUM TIME • An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm. PREVAILING WAGE • In accordance with Callfornla Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $25.00 may be applied per hour for publicly funded projects. A wage differential of $35.00 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. INSURANCE • Nell 0. Anderson & Associates, Inc. carries coverage in excess of all Insurance required by law. Additional costs for extra insurance certificates, co -Insurance endorsements, or additional Insurance or bonds will be charged to the client at cost plus 20%. New dients may be subject to payment prior to receipt of report. All clients may be subject to a prepayment before initializing our work. Updated: 4/30/2014 This fee scfredule may be changed without notice. 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209,333.8303 50 Goldenland Ct, *100, Sacramento CA 95834 P 916.928.4690 F:916.928.4597 5051 Commercial Clr, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 1of7 NEIL O. ANDERSON AND ASSOCIATES A1rerr on COMPANY 2014 SCHEDULE OF FEES FOR CUSTOMER REF ONLY ENGINEERING SERVICES Senior Principal Engineer 250.00/hr Prinapal Engineer/Geologist 225.00/hr Assodate Engineer/Geologist 185.00/hr 170.00/hr 160.00/hr Senior Engineer / Geologist / Scientist Project Engineer / Geologist/ Sdentist Staff Engineer / Geologist / Scientist 135.00/hr Expert Consulting 275.00/hr Expert Testimony 495.00/hr 145,00/hr 85.00/hr 89.00/hr 100.00/hr AsConsulting Concrete Consultin 1C inspector (keintarcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) AC/Soils Inspector with Nuclear Gauge Certified Reid/Shop Welding Inspector (AWS/CWI) IDSA Masonry Inspector 100.00/hr 95.00 hr CAD Designer CAD Drafter 80.00/hr Accountant 95.00/hr ,Administrative Assistant 50.00/hr HOT MIX ASPHALT (HMA) SERVICES HMA Placement Inspector 98.00/hr HMA Density Process Control 92.00/hr HMA Density Cores 110.00/hr HMA Data Cores 110.00/hr HMA Production Inspector 92.00/hr HMA Design Review 200.00/ea Lead Project Inspector Request Quote �Building/Constructlon Project Inspector Request Quote Caltrans Certified Laboratory Technician 9100/hr CTM125 Sample Hwy Material 92.00/hr Quality Control Manager 175.00/hr 800.00/eaa Quality Control Pian EXPLORATION GEOPHYSICAL Seismic Refraction 1D -3D, Seismic Source DAQIInk III, 24 Channel Acquisition System, 2 man crew 280.00/hr Multi -Channel Analysis of Surface Waves i63D, Seismic Source DAQIInk 1I1, 24 Channel Acquisition System, 2 man crew 280.00/hr 225.00/hr 170.00/hr Ground Penetrattf p Radar, special antennas may warrant additional charge In-situ Soli Resistivity Testing, Minl-res tester Post Processing and Analysis 160.00/hr DRILLING 'Drilling and Samp ing (AMS and Simco track rigs, 2 -person crew) 245.00/hr 225.00/hr Drilling and Samplln9 (Simco 2400, Mobile B24 drill rig, Minute Man, 2 person crew) Drilling and Sampling(CME75 Auger) 285.00/hr Driltin9 and Sampling CME75 M • Rotary w/desander) 325.00/hr. Request Quote Drilling and Samp ing CME75 Rock Coring) Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.3673701 F:209.333.8303 50 Goldenland Ct, 8100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial Cir, Unit B, Concord CA 94520 P:925.609.7224 R925.609.6324 2 of 7 Al NEIL O. ANDERSON AND ASSOCIATES A1rerracon COMPANY Borehole Grouting 285.00/tir Hand -Auger Soli Sample -person Grew) 135.00/hr .(1 Caring 1 Man Crew w/o Trailer Q tg will pg qlv� upon reouet for second operator) 145.00/hr a1rIing- 1 Man +crew wfrraller (Quote will be given upon request for second operator) 165.00/hr Bit Charges per 6" max core length, 4a max core diameter 34.00/ea Support Truck not Including mileage (500 gallon water tank) 250.00/day 2"x&I Stainless -Steel Tubes and Caps, recycled 10.00/each Permitting Fees Cost + 20% Ballets (disposable) 10.00/ea :Sampling Supplies (gloves, water, rope, etc.) 25.00/day Photo -ionization Detector (PlD) 125.001day Water Level Indicator 30.00/day ph/Conductivity/Temp Meter 50.00/day Dissolved Oxygen Meter 50.00/day Steam Cleaner 100.0 'day Cement Pump and Mixer 100.0 /day Drums _ 75A0/ea Drilling Supplies Cost + 20% Laboratory Analysis ..... Cost + 20% GEOTECHNICAL SOILS AND AGGREGATES Direct Shear T lost: Unconsolidated - Undrained _ _ 140.00! Int Consolidated -Undrained 165.00/point Consolidated - Drained 185.00 point Triaxial Carnpress/on Test Unconsolidated Undrained Trlax D2850 185.00/point Consolidated Undrained Trlax 134767 Request Quote Consolidated - Drained Request Quote Consolidated - Undrained with Pore Pressure Measurements Request Quote Consolidation Test Swell Only 200.00/ea Consolidation without The Rate 340.00/ea Consolidation with Time Rate, per load Increment (additional charge) 120.00/ea LABORATORY HOT MIX ASPHALT (HMV Job Mix Formula (,Reduced Rate for Multiple JMF's) Request Quote CTM 202 Sieve Course Agg 60.00/ea CTM 202 Sieve Rne Agg 85.00/ea CTM 202 Steve Ignition 5ampie 140.00'ea CTM 202 Batch Plant Gradation Report 50.00/ea CTM 204 Plastldty Index 125.00/ea CTM 205 Determining % Crushed Particles 200.00/ea CTM 206 Bulk SyG & 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) 150.00/a CTM 217 Sand Equivalent 120.00/ea Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367,3701 F:209,333.8303 50 Goldenland Ct, *100, Sacramento CA 95834 P:916.928.4690 F916.928.4697 5051 Commercial Or, Unit 8, Concord CA 94520 P:925.609.7224 F:925.609.6324 3of7 NEIL O. ANDERSON ANDAlliggil ASSOCIATES Alrerracon COMPANY CTM 226 Moisture Content of Aggregates by oven drying 50.00/ea 200.00/ea 165.00/ea 200.00/ea CTM 227 Cleanness Coarse Agg CTM 229 Durability Index CTM 234 - AASHTD T304 Fine Angularity CTM 235 - ASTM D4791 Fiat and Elongated Particles 200.00/ea CTM 303 Kc & Kf determination 300.00/ea CTM 304 AC Sample Preparation 100.00/ea CTM 304 AC Sample Preparation with Lime Treat 125.00/ea 50.00/ea CTM 308 Bulk Spec Gray Blt Mix (Cores and Briquettes) CTM 309 Theo Spec Gav Bit Mix 165.00/ea (:TM 366 Stabilometer Value (Set of 3) 310.00/ea 50.00/ea CTM 370 Moisture Content of Bit. Mix by Microwave CTM 371 Tensile Strength Ratio Lab Mix 1,80010/ea 2z000.00/ea 1,400.00/ea CTM 371 Tensile Strength Ratio Lab Mbc with Ume Treat CTM 371 Tensile Strength Ratio Reid Mix CTM 382 Ignition Furnace Asphalt Content 160.00/ea 400.00/ea CTM 382 Ignition Furnace Calibration (1 per new source) OM 382 Ignition Furnace Calibration with lime 500.00 ea LP -1 Theo Max SpG Mix with Dif AC Cont 150.00/ea LP -2, 3. & 4 - HMA Volumetrlcs (VMA, VFA, DP) Calculations Report 100.00/ea 200.00/ea 80.00/ea LLP -10 Sampling and Testir9 CRM ASTM D2974 Organic Matter ASTM D5334 Thermal Resistivity 600.00/ea MARSHALL MIX DESIGN Marshall Mix Design Request Quote ASTM D1559 Stability & Flow 110.00/ea ASTM D1075 Immersion & Compression Retained Strength 110.00/ea ASTM D2726 Unit Weight 60.00/ea ASTM 02172 Extraction 300.00/ea ASTM D2172 Extraction with Gradation 350.00/ea ASTM D2041, 02172 Max. Specific Gravity 4 Bituminous Mix. 150.00/ea AGGREGATES ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) 150.00/ea ASTM C40 Injurious Impurity Matter 75.00/ea ASTM C29 Unit Weight (aggregate) 80.00/ea CTM 212 Unit Weight (aggregates) 80.00/ea CTM 217 Sand Equivalent Test 120.00 ea C128 Specific Gravity( Fine 120.00 ea 0127 Specific Gravity, Coarse 90.00/ea C535 Los Angeles Rattler Test (500 revolutions) Request Quote CTM 227 Cleanness Value, Coarse Aggregate 200.00/ea 165.00/ea CTM 229 Durability Index: fine & L ise Aggregate C142 Percent Friable Particles 165.00/ea Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) 695.00/ea SOILS Atterterg Limit 04318 125.00/ea Permeability Falling Head 280.00/ea Specific Gravity Determination ASTM D854 90.00/ea Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8303 50 Goldenland Ct, 8100, Sacramento CA 95834 P:916.928.4690 F:916.928.4697 5051 Commercial CO, Unit B, Concord CA 94520 P125.609.7224 F:925.609.6324 4 of 7 NEIL O. ANDERSON AND ASSOCIATLS Alreri icon COMPANY C136 Sieve Analysis Fine 115.00/ea C136 Sieve Analysis Course Wash 200 D11,10 80.00/ea Hydrometer ASTM D422 230.00/ea laboratory Maximum Dry Density/Optimum Moisture Content Determination 4" mold AASHTO T99, ASTM D698 235.00/ea 6" mold A ASITTO T99, ASTM D698 245.00/ea 4" mold AASIITO T180, ASTM D1557 235.00/ea 245.00/ea 6" mold AASHTO T180, ASTM D1557 CTM 216 Relative Compaction, Untreated and Treated Soils 220.00/ea CTM 301 R -Value Untreated Samples 325.00/ea CTM 301 R -Value Treated Samples 325.00/ea pH Test 60.00/ea pi•i-Lime Determination Test 175.00/ea 200.00/ea 215.00(ea 300.00/ea Resi:stivlty and pH Test CTM 643 Swell Test (Expansion Index) ASTM D4829 CTM 373 Unconfined Compressive Lime treated Specimen Compressive Strength Cement 300.00/ea Compressive Strength Lime 300.00/ea Percent Llme/Cement Design, based on compressive strength (Includes ft -varve, pit Lime Determination and Unconfined Compressive Strength) 1600.00/ea Unconfined Compression Test ASTM D2165 120.00/ea MASONRY BRICK/BLOCK/771.E Compression Tests on Core Specimens (Includes prep) ASTM C42 80.00/ea Shear Tests Masonry Core 145.00/ea Compression Tests: (Same price for untested hald' speamens) Compression Test Grout Molds 28.00/ea 28.00a Compression Test Mortar Cylinder Compression 2'5x4" Cylinder Molds 8.00/ea Compression Masonry Prism (2 -block, mortared & grouted) 185.00/ea Concrete Masonry Unit: (Same pride for untested "hole specimens) Compression Test Masonry Unit 8"x8"46" 185.00/ea Masonry Absorption Tests ASTM C140 105.00/ea Masonry Shrinkage (Volume Change) 185.00/ea Masonry Lineal Shrinkage with Absorption 260.00/ea Masonry Shrinkage with Absorption and Compression 420.00/ea CONCRETE Concrete Mix Design Review 200.00/ea Additional Concrete Mix Design (using same materials) 150.00/ea Request Quote Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests Floor Flatness Testing 135,00/hr Floor Flatness Report 450.00/ea Unit Weight Fireproofing " 50.00/ea Compression Test Concrete Cylinders (same price for untested "hold" speclmens) 28.00/ea Flextrral 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 9uote Shrink Bar Testing (3 bars per set) ASTM C157 420.00/set 80.00/ea Compress[{an Tests on Core Specimens (Includes prep) ASTM C42 Updated: 4/30/2014 902 Industrial Way, Lodi CA 95240 P:209.367.3701 F:209.333.8308 50 Goldenland Ct, 4100, Sacramento CA 95834 P:916.928.4690 F116.928.4697 5051 Commercial Clr, Unit B, Concord CA 94520 P:925.609,7224 F:925.609,6324 5of7 NEIL O. ANDERSON ANDAligI/ ASSOCIATES ATelrlracon COMPANY Calcium Chloride Moisture Test Klt (includes calculations) 80.00/ea 5TEEL AWS/ASI'M/ASME/ANSI,'/APZ Structural. f Tensile & Bend Tests: Reinforcement Steel Tensile & Bend <5 135.00/ea Reinforcement Steel Tensile & Bend 6 to 9 165.00/ea 'tiiS.liurea, plus machining cost +20% Reinforcement Steel No. 10 and larger Nigh -strength Bolt, Nut & Washer Testing 350.00/set 70.00/ea Rockwell Hardness Test HSB Torque Wrench Calibration 320.00/ea We/der Qualification and Weld /procedure QuaI/ffcatfons: Weld Procedure Qualifications 750.00/ea 130.00/ea Welder Qualification Plate Groove Weld- 1G, 26, 36, 4G Welder Qualification Pipe Groove Weld - 1G, 26, 5G, 6G, 6GR 225.00/ea Welder Qualification Plate Fillet Weld 1F, 2F, 3F, 4F 75.00/ea 95.00/ea Welder Qualification Pipe Fillet Weld - 1F, 2F, 4F, SF WPS Test Plate (set) 65.00/ea 85.00/ea WPS Test Pipe (set) NON-DESTRUCTIVE TESTING High Strength Bolt (HSB) Testing 140.00/hr Bolt Pull/Load Testing 140.00/ht Rebar Pull Testing 140.00/hr Ceiling Wire Pull Testing 140.00/hr NOT GPR 160.00/hr Pachometer 140.00/hr STANDARD POOL ENGINEERING SERVICES The fees quoted Include response tofifan check Contractor Standard Shotcrete & Reinforcement Detail Plan "Standard Pool Plan" 135.00/ea Owner/Bullder Standard Shotcrete & Reinforcement Detail Plan (Standard Plan Include 2 sheets of plan and calculations) 350.00/ea Structural IDesign Computations 20.00/ea Cover Rages 10.00/ea Additional Plan Sheets 10.00/ea Pool Vendor Remodel Plan 200.00/ea Owner Builder Remodel Plan 500.00/ea Ttequest Quote 1,500.00/min Commercial Pool Plan Commerical/Vault Pool Plan Request Quote 2,000.00/min Standard Swimming Pool Detail 200.00/min 500.00/min Custom Swimming Pool Detail Standard Retaining Wall Design (30 Inch maximum height) 250.00/ea Custom Retaining Wall Design (1 height) 500.00/min Additional Heights 200.00/ea Consulting Letter 185.00JmIn 400.00/min On -Slue Steel and/or Excavation Observation Updated: 4/30/2014 902 Industrial Way, lndl CA 95240 P209.367.3701 F:209.333.8303 50 Goldenland Ct, 8100, Sacramento CA 95834 P916928A690 F116.928.4697 5051 Commerdal CIr, Unit 0, Concord CA 94520 P925.609.7224 F925.609.6324 6 of 7 NEIL O. ANDERSON AND ASSOCIATES AYCOfl COMPANY Patio Corner/Trellis Design Request Quote 800.00/min 'Forensic Site Visit Request Quote 550.00/min (Full Service Aquatic Design Request Quote Treeiake Schedule 175.00/set Epoxy Injection 1,500/min nrst 10', 60.00/R. alter MISCELLANEOUS Automobile Mileage 0.90/mite Subsistence and Lodging cost + 20% Equipment Rental Dost + 20% Field Report Preparation 50.00/each Pad Certification Report 150.00/each Final Letter (resting/Inspections) 200.00/each Addltlonal Copy of R (wet -signed) 50.00/each Miscellaneous Item Charge Cost +20%/each Air & Ground Transportation Cost +20%/each CAD — Prints 10.00/sheet Updated: 4/30/2014 902 industrial Way, Lodi CA 95240 P:209.367.3701 F:209.933.8303 50 Goldenland Ct, 4100, Sacramento CA 95834 P:916,928.4690 F:916.928.4697 5051 Commerdal CU, Unit B, Concord CA 94520 P:925.609.7224 F:925.609.6324 7 of 7 Exhibit 2 lrerracon 15`m Schedule of Services and Fees Environmental, Geotechnical, Structural, Pool Engineering, Aquatic Design, and Materials Services TERMS OF PAYMENT AND CHARGES TERMS OF PAYMENT 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 hour increments for ACI certified field inspections and observation. ICC, structural steel, masonry, and welding inspections shall be charged in 4 hour increments. Weekends and holidays will be charged in 4 and 8 hour increments. All time shall be billed from portal to portal. 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. *Overtime and Double time rates will be applied per the California labor law. PREMIUM TIME An additional rate of $10.00 per hour will be charged for work performed before 6am or after 5pm. PREVAILING WAGE In accordance with California Prevailing Wage Law and Federal Davis Bacon Law, a surcharge of $35.00 may be applied per hour for publicly funded projects. A wage differential of $45.00 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. INSURANCE Terracon carries coverage in excess of all insurance required by law. Additional costs for extra insurance certificates, co-insurance endorsements, or additional insurance or bonds will be charged to the client at cost plus 20%. New clients may be subject to payment prior to receipt of report. All clients may be subject to a prepayment before initializing our work. This fee schedule may be changed without notice. Responsive D Resourceful D Reliable 2016 Fee Schedule (Revised 6/7/16) Page 1 of 7 902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 lTerracon Schedule of Services and Fees (Continued) ENGINEERING SERVICES Senior Principal Engineer 250.00/hr Principal Engineer/Geologist 225.00/hr Associate Engineer/Geologist 195.00/hr Senior Engineer / Geologist / Scientist 175.00/hr Project Engineer / Geologist/ Scientist 165.00/hr Staff Engineer / Geologist / Scientist 135.00/hr Expert Consulting 275.00/hr Expert Testimony 495.00/hr Asphalt Concrete Consulting 145.00/hr ACI Technician (Epoxy and Sampling only) 86.00/hr ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 92.00/hr AC/Soils Inspector 89.00/hr Certified Field/Shop Welding Inspector (AWS/CWI) 105.00/hr DSA Masonry Inspector 105.00/hr CAD Designer 100.00/hr CAD Drafter 88.00/hr Accountant 95.00/hr Administrative Assistant 65.00/hr HOT MIX ASPHALT (HMA) SERVICES HMA Placement Inspector 92.00/hr HMA Density Process Control 92.00/hr HMA Density Cores 110.00/hr HMA Data Cores 110.00/hr HMA Production Inspector 92.00/hr HMA Design Review 200.00/ea Lead Project Inspector Request Quote Building/Construction Project Inspector Request Quote Caltrans Certified Laboratory Technician 92.00/hr CTM125 Sample Hwy Material 92.00/hr Quality Control Manager 150.00/hr Quality Control Plan 500.00/ea EXPLORATION GEOPHYSICAL Seismic Refraction 1D -3D, Seismic Source DAQIink III, 24 Channel Acquisition System, 2 man crew Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQIink III, 24 Channel Acquisition System, 2 man crew Ground Penetrating Radar, special antennas may warrant additional charge In-situ Soil Resistivity Testing, Mini -res tester Post Processing and Analysis DRILLING Drilling/Sampling (Track mounted rigs, 2 -person crew) Drilling/Sampling (Simco 2400 and Mobile B24 truck mounted, Minute Man, 2 person crew) Drilling/Sampling (CME75 Auger) Drilling/Sampling (CME75 Mud Rotary w/desander) Drilling and Sampling (CME75 Rock Coring) Borehole Grouting Responsive 13 Resourceful CI Reliable 280.00/hr 280.00/hr 225.00/hr 185.00/hr 165.00/hr 275.00/hr 225.00/hr 285.00/hr 325.00/hr Request Quote 285.00/hr 2015 Fee Schedule (Revised 6/7/16) Page 2 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 lTerracon pee Schedule of Services and Fees (Continued) Hand -Auger Soil Sample (1 -person Crew) Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator) Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator) Bit Charges per 6" max core length, 4" max core diameter Support Truck not including mileage (500 gallon water tank) 2"x6" Stainless -Steel Tubes and Caps, recycled Permitting Fees Bailers (disposable) Sampling Supplies (gloves, water, rope, etc.) Photo -ionization Detector (PID) Water Level Indicator ph/Conductivity/Temp Meter Dissolved Oxygen Meter Steam Cleaner Cement Pump and Mixer Drums Drilling Supplies Laboratory Analysis GEOTECHNICAL SOILS AND AGGREGATES Direct Shear Test: Unconsolidated - Undrained Consolidated - Undrained Consolidated - Drained Triaxial Compression Test Unconsolidated Undrained Triax D2850 Consolidated Undrained Triax D4767 Consolidated - Drained Consolidated - Undrained with Pore Pressure Measurements Consolidation Test: Swell Only Consolidation without Time Rate Consolidation with Time Rate, per load increment (additional charge) LABORATORY HOT MIX ASPHALT (HMA) Job Mix Formula (Reduced Rate for Multiple JMF's) CTM 202 Sieve Course Agg CTM 202 Sieve Fine Agg CTM 202 Sieve Ignition Sample CTM 202 Batch Plant Gradation Report CTM 204 Plasticity Index CTM 205 Determining % Crushed Particles CTM 206 Bulk SpG & Absor Coarse Agg CTM 207 Bulk SpG (SDD) Fine Agg CTM 211 LA Rattler CTM 214 Sodium Sulfate Soundness (per Sieve) CTM 217 Sand Equivalent CTM 226 Moisture Content of Aggregates by oven drying Responsive D Resourceful D Reliable 135.00/hr 145.00/hr 165.00/hr 34.00/ea 250.00/day 10.00/each Cost + 20% 10.00/ea 25.00/day 125.00/day 30.00/day 50.00/day 50.00/day 100.00/day 100.00/day 75,00/ea Cost + 25% Cost + 30% 140.00/point 165.00/point 185.00/point 185.00/point Request Quote Request Quote Request Quote 200.00/ea 340.00/ea 120.00/ea Request Quote 60.00/ea 75.00/ea 140.00/ea 50.00/ea 125.00/ea 185.00/ea 70.00/ea 90.00/ea Request Quote 150.00/ea 140.00/ea 40.00/ea 2015 Fee Schedule (Revised 6/7/16) Page 3 of 7 902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 lrerracon Schedule of Services and Fees (Continued) CTM 227 Cleanness Coarse Agg CTM 229 Durability Index CTM 234 - AASHTO T304 Fine Angularity CTM 235 - ASTM D4791 Flat and Elongated Particles CTM 304 AC Sample Preparation CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes) CTM 309 Theo Spec Gav Bit Mix CTM 366 Stabilometer Value (Set of 3) CTM 370 Moisture Content of Bit. Mix by Microwave CTM 371 Tensile Strength Ratio Field Mix CTM 382 Ignition Furnace Asphalt Content CTM 382 Ignition Furnace Calibration (1 per new source) CTM 382 Ignition Furnace Calibration with lime LP -1 Theo Max SpG Mix with Dif AC Cont LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report LP -10 Sampling and Testing CRM ASTM D2974 Organic Matter ASTM D5334 Thermal Resistivity MARSHALL MIX DESIGN Marshall Mix Design ASTM D1559 Stability & Flow ASTM D1075 Immersion & Compression Retained Strength ASTM D2726 Unit Weight ASTM D2172 Extraction ASTM D2172 Extraction with Gradation ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mix. AGGREGATES ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) ASTM C40 Injurious Impurity Matter ASTM C29 Unit Weight (aggregate) CTM 212 Unit Weight (aggregates) CTM 217 Sand Equivalent Test C128 Specific Gravity, Fine C127 Specific Gravity, Coarse C535 Los Angeles Rattler Test (500 revolutions) CTM 227 Cleanness Value, Coarse Aggregate CTM 229 Durability Index: Fine & Coarse Aggregate C142 Percent Friable Particles Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) SOILS Atterberg Limit D4318 Permeability Falling Head Specific Gravity Determination ASTM D854 C136 Sieve Analysis Fine C136 Sieve Analysis Course Wash 200 D1140 Hydrometer ASTM D422 Responsive D Resourceful D Reliable 165.00/ea 200.00/ea 200.00/ea 200.00/ea 50.00/ea 30.00/ea 165.00/ea 300.00/ea 50.00/ea 850.00/ea 160.00/ea 400.00/ea 500.00/ea 150.00/ea 75.00/ea 200.00/ea 80.00/ea 600.00/ea Request Quote 110.00/ea 110.00/ea 30.00/ea 300.00/ea 440.00/ea 150.00/ea 135.00/ea 75.00/ea 80.00/ea 80.00/ea 120.00/ea 70.00/ea 90.00/ea 300.00/ea 165.00/ea 200.00/ea 165.00/ea 695.00/ea 125.00/ea 280.00/ea 90.00/ea 115.00/ea 80.00/ea 230.00/ea 2015 Fee Schedule (Revised 6/7/16) Page 4 of 7 902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 lierracon RD) Schedule of Services and Fees (Continued) Laboratory Maximum Dry Density/Optimum Moisture Content Determination 4" mold AASHTO T99, ASTM D698 6" mold AASHTO T99, ASTM D698 4" mold AASHTO T180, ASTM D1557 6" mold AASHTO T180, ASTM D1557 CTM 216 Relative Compaction, Untreated and Treated Soils CTM 301 R -Value Untreated Samples CTM 301 R -Value Treated Samples pH Test pH -Lime Determination Test Resistivity and pH Test CTM 643 Swell Test (Expansion Index) ASTM D4829 CTM 373 Unconfined Compressive Lime treated Specimen Compressive Strength Cement Compressive Strength Lime Percent Lime/Cement Design, based on compressive strength (includes R -value, pH Lime Determination and Unconfined Compressive Strength) Unconfined Compression Test ASTM D2166 MASONRY BRICK/BLOCK/TILE Compression Tests on Core Specimens (includes prep) ASTM C42 Shear Tests Masonry Core Compression Tests: (Same price for untested "hold" specimens) Compression Test Grout Molds Compression Test Mortar Cylinder Compression 2"x4" Cylinder Molds Compression Masonry Prism (2 -block, mortared & grouted) Concrete Masonry Unit: (Same price for untested "hold" specimens) Compression Test Masonry Unit 8"x8'516" Masonry Absorption Tests ASTM C140 Masonry Shrinkage (Volume Change) Masonry Lineal Shrinkage with Absorption Masonry Shrinkage with Absorption and Compression CONCRETE Concrete Mix Design Review Additional Concrete Mix Design (using same materials) Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests Floor Flatness Testing Floor Flatness Report Unit Weight Fireproofing Compression Test Concrete Cylinders (same price for untested "hold" specimens) Flexural Strength, Concrete Beams, 6"x6"x24 ASTM C78 Cylinder Molds (6"x12") Cement Content of Hardened Portland Cement Concrete ASTM C85 Shrink Bar Testing (3 bars per set) ASTM C157 Compression Tests on Core Specimens (includes prep) ASTM C42 Calcium Chloride Moisture Test Kit (includes calculations) Responsive D Resourceful D Reliable 235.00/ea 245.00/ea 235.00/ea 245.00/ea 220.00/ea 325.00/ea 325.00/ea 60.00/ea 175.00/ea 200.00/ea 215.00/ea 300.00/ea 300.00/ea 300.00/ea 1600.00/ea 120.00/ea 75.00/ea 145.00/ea 28.00/ea 28.00/ea 15.00/ea 185.00/ea 185.00/ea 105.00/ea 185.00/ea 260.00/ea 420.00/ea 200.00/ea 150.00/ea Request Quote 135.00/hr 450.00/ea 50.00/ea 28.00/ea 125.00/ea 7.00/ea Request Quote 420.00/set 75.00/ea 80.00/ea 2015 Fee Schedule (Revised 6/7/16) Page 5of7 902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 lrerracon PIP Schedule of Services and Fees (Continued) STEEL AWS/ASTM /AWE /ANSI /API Structural Steel Tensile & Bend Tests: Reinforcement Steel Tensile & Bend <5 Reinforcement Steel Tensile & Bend 6 to 9 Reinforcement Steel No. 10 and larger High-strength Bolt, Nut & Washer Testing Rockwell Hardness Test HSB Torque Wrench/Impact Wrench Calibration, Skidmore -Wilhelm HSB Assembly Torque Determination, Skidmore -Wilhelm Welder Qualification and Weld Procedure Qualifications: Weld Procedure Qualifications Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G Welder Qualification Pipe Groove Weld - 1G, 2G, 5G, 6G, 6GR Welder Qualification Plate Fillet Weld - 1F, 2F, 3F, 4F Welder Qualification Pipe Fillet Weld - 1F, 2F, 4F, 5F WPS Test Plate (set) WPS Test Pipe (set) NON-DESTRUCTIVE TESTING High Strength Bolt (HSB) Testing Bolt Pull/Load Testing Rebar Pull Testing Ceiling Wire Pull Testing NDT GPR (for reinforcement locating only, other uses refer to Geophysical services) Pachometer STANDARD POOL ENGINEERING SERVICES The fees quoted include response to plan check. Remodel Plan [Engineer site visit may be required] Remodel Pool Plan (typical in -ground) [Engineer excavation inspection required] Residential Pool Plan (drilled piers) [Geotechnical investigation report required] Commercial Pool Plan (typical in -ground) [Geotechnical investigation report required] Commercial Pool Plan (drilled pier) [Geotechnical investigation report required] Commercial/Vault Pool Plan On -Site Steel and/or Excavation Observation Custom Swimming Pool Detail Custom Retaining Wall Design (1 height) Additional Heights Structural Design Computation copies Additional Plan Sheets Consulting Letter Patio Corner/Trellis Design Forensic Site Visit Full Service Aquatic Design Epoxy Injection Responsive 0 Resourceful 0 Reliable 135.00/ea 165.00/ea 205.00/ea, plus machining cost +20% 350.00/set 70.00/ea 320.00/ea 320.00/set 750.00/ea 130.00/ea 225.00/ea 75.00/ea 95.00/ea 65.00/ea 85.00/ea 125.00/hr 115.00/hr 115.00/hr 140.00/hr 165.00/hr 140.00/hr 800.00/min 800.00/min Request Quote 3,100.00/min Request Quote 1,500.00/min Request Quote 3,500.00/min Request Quote 2,000.00/min 400.00/min 500.00/min 500.00/min 200.00/ea 20.00/ea 15.00/ea 185.00/min Request Quote 900.00/min Request Quote 600.00/min Request Quote 1,800/min first 10', 60.00/ft. after 2015 Fee Schedule (Revised 6/7/16) Page 6 of 7 902 Industrial Way Lodi, CA 95240 ♦ 50 Goldenland Ct #100 Sacramento, CA 95834 ♦ 5075 Commercial Circle Unit E Concord, CA 94520 lTerracon peo Schedule of Services and Fees (Continued) MISCELLANEOUS Automobile Mileage Subsistence and Lodging Equipment Rental PM/PE Review/Admin Support (per report) Pad Certification Report Final Letter (Testing/Inspections) Additional Copy of Report (wet -signed) Miscellaneous Item Charge Air & Ground Transportation CAD — Prints Responsive D Resourceful D Reliable 0.90/mile cost + 20% cost + 20% 90.00/each 150.00/each 200.00/each 50.00/each Cost +20%/each Cost +20%/each 10.00/sheet 2015 Fee Schedule (Revised 6/7/16) Page 7 of 7 902 Industrial Way Lodi, CA 95240 • 50 Goldenland Ct #100 Sacramento, CA 95834 • 5075 Commercial Circle Unit E Concord, CA 94520 RESOLUTION NO. 2016-117 A RESOLUTION OF THE LODI CITY COUNCIL APPROVING ASSIGNMENT OF PROFESSIONAL SERVICES AGREEMENT WITH NEIL O. ANDERSON & ASSOCIATES, INC., TO TERRACON, INC., OF LODI, AND FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH TERRACON, INC., FORMERLY KNOWN AS NEIL O. ANDERSON & ASSOCIATES, INC. WHEREAS, on June 19, 2013, the City Council approved a Professional Services Agreement with Neil O. Anderson & Associates, Inc., to provide construction testing and inspection services with three optional one-year extensions; and WHEREAS, Neil O. Anderson & Associates, Inc., wishes to assign the Professional Services Agreement to Terracon, Inc., of Lodi; and WHEREAS, Amendment No. 1 will extend the agreement through June 30, 2017; add additional funding in the amount of $50,000 to the existing not -to -exceed amount, for a total not - to -exceed amount of $200,000; amend the fee schedule; and assign the Professional Services Agreement to Terracon, Inc., who has acquired Neil O. Anderson & Associates, Inc.; and WHEREAS, staff recommends that the City Council approve the assignment of the Professional Services Agreement to Terracon, Inc., who has acquired Neil O. Anderson & Associates, Inc.; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Terracon, Inc., formerly known as Neil O. Anderson & Associates, Inc., of Lodi, for construction testing and inspection services, in the amount of $50,000 for Fiscal Year 2016/17. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby approve the assignment of the Professional Services Agreement to Terracon, Inc., who has acquired Neil O. Anderson & Associates, Inc.; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Terracon, Inc., formerly known as Neil O. Anderson & Associates, Inc., of Lodi, California, for construction testing and inspection services, in the amount of $50,000 for Fiscal Year 2016/17. Dated: July 6, 2016 I hereby certify that Resolution No. 2016-117 was passed and adopted by the City Council of the City of Lodi in a regular meeting held July 6, 2016 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 2016-117 NNIFERFERRAIOLO ity Clerk