Loading...
HomeMy WebLinkAbout06/20/2000, C8 - SOLICITATION OF MATERIAL TESTING SERVICES-MARSH STREET PARKING GARAGE counat 4-20-60 j agenba Report I�Nft CITY OF SAN LUIS OBISPO ^,��yy� FROM: Mike McCluskey,Director of Public Works ice" _ Prepared By: Keith Opalewski,Parking Manager SUBJECT: SOLICITATION OF MATERIAL TESTING SERVICES - MARSH STREET PARKING GARAGE CAO RECOMMENDATION 1) Approve the Request for Proposal package and authorize staff to solicit proposals for material testing services with selected firms. 2) Authorize the CAO to award a contract with the selected firm if the cost of services is within the Engineer's estimate of$35,000. DISCUSSION In March of 2000, the City Council approved the plans and specifications and authorized the solicitation of construction bids for the Marsh Street Garage expansion. The closing date for accepting construction bids is June 21, 2000. Based on this date, construction is scheduled to begin in early August. Considering this schedule, a material testing and inspection firm needs to be chosen as soon as possible in order to be in place at the start of construction. This is essential to fulfill the required soils and compaction tests during the first phase of construction. Additional concrete, masonry and welding tests will be conducted throughout the various stages of the construction project- In rojectIn order to expedite the selection process, staff is recommending the proposal package be sent to pre-qualified testing firms recommended by our construction management firm with a shortened response time (10 working days). This process will ensure that a qualified testing firm is on- board at the start of construction in early August. FISCAL IMPACT The Marsh Street Garage expansion project currently has an approved budget of$5,498,000 for construction. This includes funding for the required material testing services during the construction phase. The engineer's estimate for material testing and inspection services is $35,000. ALTERNATIVES The use of staff personnel for these required tests is not feasible due to the technical requirements and lab analysis of the construction materials. C8-1 Council Agenda Report-RFP for Material.Testing_ Services Page 2 . ATTACHMENT: L. Description of Work 2.. Proposers List carmaterialtesting C8=2 ATTACHMENT 1 Section A DESCRIPTION OF WORK The City of San Luis Obispo is requesting proposals to provide materials testing services. The selected testing firm will enter into an Agreement with the City and will be managed and directed by the City's construction management consultant,Hams&Associates(H&A). 1. Description of the Construction Project Construction of the Marsh Street Garage Expansion Project located in the City of San Luis Obispo. The approximate construction cost is$4.7 million. 2. Obiectives of Testing Services The City desires to retain the services of a single responsible firm to provide on-going testing services for the duration of the project. There is also the possibility that the City will require special inspection services. The resulting contract will allow flexibility in providing the varying levels of testing and inspections needed. The quantities of material tests and services indicated on the attached proposal form are assumed to be the maximum that may be needed. It is likely that fewer services will be requested. 3. Conduct of the Work The field technician will be expected to schedule and perform all field operations promptly at the job-site location. For call-out field services, the testing firm shall respond by 8:00 a m. if a request is made by H&A no later than 5:00 p.m. the previous day. Tests will include soil analysis, compaction, and concrete strength. Special Inspections may be necessary for masonry,reinforced concrete,high strength bolting,and structural welding. 4. Work by Others H&A will provide construction management, field observation services, and Deputy Special Inspections as required.There may be periods where additional Special Inspections will be needed The testing firm will take its directions from H&A. The City expressly reserves the right to have any portion of the.work performed by our employees or by others. The Contract is strictly intended to be for on call, as requested services only. The testing firm will not be requested to certify adjacent or adjoining work inspected or tested by others. 5. Information to be Provided Testing firm will be provided with access to soils reports and project plans and specifications. -1- B. SCOPE OF SERVICES 1. Descrivtion of Possible Services a. Soils 1) Moisture-Density Relations-ASTM D698,D1557 2) Density of Soil in Place-ASTM D1556,D2922 3) Sand Equivalent Value-ASTM D2419 4) Soils Classification-ASTM D2487 b. Aggregate Base 1) Sieve Analysis-ASTM C136 2) Density-ASTM D1556,D2922 3) Sand Equivalent Value-ASTM D2419 C. Asphalt Concrete 1) Compaction-California 304 2) In place density 3) Extraction d. Concrete 1) Special Inspection 2) Slump-ASTM C 143 3) Cylinders-ASTM C31 4) Compression-ASTM C39 5) Post`fensioning Special Inspection e. Masonry 1) Special Inspection 2) Block Units-ASTM C140 3) Masonry Prisms-ASTM 447-84B(modified) 4) Masonry Block Shrinkage 5) Masonry Mortar Strength Test 6) Masonry Grout Strength Test f. Structural Steel/Metal Decking 1) Special Inspection 2) Welding-AWS D1.1,D1.3 3) High-Strength Bolts-ASTM A325 2. Field Reports Field reports shall be submitted to H&A before leaving the job site. Reports shall clearly identify any problems encountered in conducting tests,as well as test results failing to meet specification requirements. Reports shall utilize a standard format approved in advance by H&A. The testing firm shall establish a system for numbering, identifying, and locating each test Follow-up typed reports shall be provided in a timely manner without additional -2- costs to the City. 3. Qualifications The testing firm shall have expertise in the management of the required inspection program and conducting of tests,including possession of necessary testing equipment. The proposal shall describe the firm's ability to provide the level of effort and response time requirements. Special inspectors shall provide evidence of ICBG, or equivalent, certification. 4. Project Timing Construction is expected to commence in August 2000. The Contractor is expected to complete the project in approximately twelve(12)months. 5. Facilities and Eouinment The testing firm shall be responsible for all of its own needs at the site. The field technician(s) shall possess all necessary supplies and equipment to conduct the required test. All such costs shall be included in unit prices. 6 Fee Basis a. Field technician: An hourly rate shall be included in the proposal for a part-time field technician. A two-hour minimum charge for fieldwork conducted on a single workday will be permitted. Time will be counted from the arrival of the technician on-site to the departure of the technician from the site. No payment will be made for travel time. The hourly rate shall be inclusive of the following: 1) Wages 2) Benefits 3) Direct site overhead 4) Home office overhead 5) Supervision and site visits by home office personnel 6) Cost of testing apparatus 7) Profit 8) Transportation 9) Cost of issuing typed reports b. Tests: Proposal shall include a cost for each of the requested services based on the following: 1) Soils/Base Tests-per hour 2) Asphalt Compaction Tests-per hour 3) Reinforced Concrete Inspection-per hour 4) Cast Concrete Cylinders/Slump Tests-per hour 5) Concrete Cylinder Compression Test-per cylinder actually tested 6) Cast Grout Cylinders-per hour 7) Grout Cylinder Compression Test-per cylinder actually tested 8) Masonry units-per test 9) Masonry prisms-per test 10) Masonry Inspection-per hour 12) Structural Steel Welding/Bolting Inspection-per hour -3- 1y4 The fee for each test shall include conducting the test, as well as preparation and distribution of reports. The costs of on-site work, such as compaction testing and material sampling, shall be included in the hourly rates paid for the field technician. No additional per-test fee will be established for this type of on-site work. 7. Payment Basis The testing firm will be paid the hourly rate for actual hours worked on site by the field technician(s) and the unit prices for laboratory tests actually conducted. The testing firm shall submit to H&A one monthly invoice for work.performed during the previous month. The form of the invoice shall be subject to prior review and approval. The City will retain a percentage of each payment to the testing firm. -4- ATTACHMENT 2 PROPOSERS LIST Geo Labs BTC Labs 31119 Via Colinas 2978 Seaborg Avenue Westlake Village,CA 91362 Ventura,CA 93003 Attn: Tim Casey Attn: F.L.Franklin (805)495-2197 (805)656-6074 (805)379-2603 FAX (805)656-1263 FAX MNS Engineers,Inc. Pacific Testing Lab 4141 State St.Suite B-11 35 S La Patera Ln.Unit A Santa Barbara,CA 93110 Goleta, CA 93116 Attn: James A.Salvito Attn: Ron Pike (805)692-6921 (805)964-6901 (805)692-6931 FAX (805)964-6239 FAX Earth Systems Consultants 4378 Santa Fe Road San Luis Obispo,CA 93401 C8-7