Loading...
HomeMy WebLinkAbout10/07/2008, C6 - TANK FARM SEWER PROJECT - MATERIALS TESTING SERVICES council October 7,2008 acEn6a REpout c� CITY OF SAN LUIS OBISPO FROM- Carrie Mattingly, Utilities Director Prepared By: Kathe Bishop, Senior Administrative Analyst�p SUBJECT: TANK FARM SEWER PROJECT-MATERIALS TESTING SERVICES CAO RECOMMENDATION Approve the scope of work with Fugro West, Inc., in an amount not to exceed $136,500, for construction materials testing services on the Tank Farm Gravity Sewer, Lift Station and Force Main project. DISCUSSION Fugro's Qualifications to Provide Materials Testing Services The City maintains a list of on-call consultants who specialize in soils and construction materials testing services. In January 2006, the City advertised a Request for Qualifications (RFQ) from construction materials testing consultants for soils and materials. testing services. Four consulting firms submitted Statements of Qualifications. Each submittal was evaluated based on the following criteria: (1) Understanding of the work involved in materials testing and special inspections; (2) Demonstrated competence and professional qualifications of proposed staff; (3) References and experience in successfully performing similar services, and; (4) Ability to respond quickly to work requests. At the recommendation of Public Works staff and based on the City's purchasing policies, the CAO executed agreements on July 17, 2006 for a period of three years (through July 16, 2009) with the four materials testing consulting firms to create an on-call list of pre-qualified consultants for soils and materials testing services. Based on the City's purchasing authority, Consultant Services in an-amount greater than $25,000 (per project) requires City Council approval. Materials Testing for Tank Farm Gravity Sewer, Force Main and Lift Station Project Because of the depth of the soils and construction materials testing associated with the Tank Farm Gravity Sewer, Lift Station and Force Main project this specialized service is now needed. Fugro West, Inc. is one of four pre-qualified materials testing firms. Staff is recommending Council approval of the scope of work with Fugro West, Inc. for the following reasons: (1) Fugro West consultants worked on the geotechnical report for the Tank Farm Sewer project and have specific background knowledge of the project and site; (2) Fugro West was a subcontractor to Brown and Caldwell, the consultant design firm for this project; (3) Fugro West is pre- qualified with an active agreement and insurance certificates in place with the City, and; (4) Fugro West has submitted a proposal to provide construction materials testing services for the Tank Farm Sewer project, in an amount not to exceed $136,500. Due to the scale and complexities with this project staff believes the proposal is reasonable for the construction C6- / f. Tank Fane Sewer Project—Materials Testing Services Page 2 material services requested. It is important to note that staff requested a comprehensive proposal to encompass complexities of the project; however the consultant will only bill the City for those services that are necessary to perform as the project progresses. At this time, staff is requesting Council approval of a consultant services agreement with Fugro West, Inc., in an amount not to exceed $136,500, for construction materials testing services on the Tank Farm Gravity Sewer, Lift Station and Force Main project. CONCURRENCES Public Works engineering staff concurs with the recommendations in this report. FISCAL IMPACT The fiscal impact for construction materials testing associated with the Tank Farm Gravity Sewer Lift Station and Force Main is planned to not exceed $136,500. Funding is available in the construction phase of the project budget, which has a current available balance of$1,097,800 for construction related services and contingencies. ATTACHMENTS 1. Fugro West, Inc Proposal—Construction Materials Services for Tank Farm Sewer Project . 2. Existing agreement between the City and Fugro West, Inc. -Testing of Construction Materials G:\CAR Reports\2008 Council Agenda Reports\Tank Farm—Materials Testing Fugro /�,fiyq�M�iVT l FUGRO WEST, INC. 660 Clarion Court,Suite A San Luis Obispo,California 93401 Tel: 805)642-077 August 7, 2008 Fax:(805)542-93191 Project No. 2008.270 City of San Luis Obispo 919 Palm Street San Luis Obispo, California 93401 Attention: Mr. Richard Fisher Subject: Proposal for Construction Services, Tank Farm Road Sewer Upgrade, San Luis Obispo, California Dear Mr. Fisher: Fugro is pleased to submit this proposal to provide construction services for the Tank Farm Road Sewer upgrade in San Luis Obispo. Our understanding of the project is based on our previous work on the project, review of plans and specification prepared by Brown and Caldwell, and review of the Contractors schedule, and discussions with Penfield & Smith. The project will consist of constructing a new lift station and approximately 15,100 lineal feet of new sewer pipe mainly along Broad Street, Tank Farm Road, and Prado Road in San Luis Obispo. Our scope of work, estimated fee, and schedule to provide construction materials testing services are presented in this proposal. SCOPE OF WORK Within the proposed level .of effort, Fugro will provide construction materials testing services during construction of the pipeline and lift station. Testing services will be provided at the request and direction of the Resident Engineer. We understand that the construction has a contract schedule of 300 working days to be completed by September 2009. The Contractors current schedule (July 28, 2008) shows the work completing about 100 days ahead of schedule: however, we have assumed the total project duration could be used for the project (and have applied a proportion increase to the Contractors schedule when needed). Services within the Caltrans right-of-way on Broad Street will be performed in accordance with Caltrans testing requirements. Services provided will consist of the following tasks: TASK 1 —PRECONSTRUCTION ACTIVITIES AND COORDINATION ❖ Attend a preconstruction meeting with the project team to establish the chain of communication for testing requests, reporting results, and anticipated testing needs to provide the appropriate staffing levels as the project begins and throughout construction. ❖ Review Contractor submittals as-requested for completeness and conformance with the specifications and the recommendation of our report. The types of submittal that A member of the Fugro group of companies with offices throughout the world c�'3 ATTACHMENT 1 Construction Services Proposal for Tank Farm Road Sewer ER® August 7,2008(City of San Luis Obispo) we expect to review are for trench shoring, backfill materials, construction methods for backfilling the trench, concrete mix designs and aggregates. The Contractor will , perform trial batches with their own testing to develop the mix design. ❖ During construction, as-requested, we will respond to requests for information or clarification from the design team and Contractor. ❖ Prepare a health and safety plan for Fugro staff that will be working on and around the Chevron Property on Tank Farm Road where there is known soil and groundwater contamination associated with oil field activities. TASK 2—FIELD COMPACTION TESTING (STRUCTURAL EARTHWORK) Observe the site preparation and grading for the new lift station in accordance with Section 02210, Structural Earthwork of the Specifications. Approximately 9 days of field services are estimated for this task. These services will likely include the following tasks: ❖ Review the subgrade in the building and wet well prior to placing fabric or structural fill to evaluate the suitability of the subgrade, and need for stabilization of the subgrade according to the specifications. 4• Sample structure backfill samples for laboratory testing (testing to be performed under subsequent task) ❖ Perform field compaction testing during placement of structural gravel, backfill fill placed within building and wet well areas. Field compaction testing will be performed in accordance with ASTM standards. TASK 3— FIELD COMPACTION TESTING (TRENCH BACKFILL) Observe trench backfill placement for pipeline in accordance with Section 02220, Trench Backfill and Compaction of the Specifications. Approximately 600 hours are estimated for this task, which is approximately Y2 time during the estimated duration for the pipeline construction. These services will likely include the following tasks: •> Review the trench subgrade prior to placing bedding material to evaluate whether or not stabilization of the subgrade should be provided according to the specifications. Perform field compaction testing during placement of bedding, pipe zone, and trench backfill materials. We anticipate that field compaction testing will be performed intermittently concurrently with pipeline and construction activities, and will be coordinated by the Resident Engineer. Field compaction testing will be performed in accordance with applicable California or ASTM standards. ❖ Sample trench backfill (bedding, initial granular and native backfill, and float rock) for subsequent laboratory testing. 2 ATTACHMENT 1 Construction Services Proposal for Tank Farm Road Sewer URO August 7,2008(City of San Luis Obispo) TASK 4—PAVING Observe trench paving and placement of base material for the pipeline in accordance with Section 02500, Paving, of the Specifications and the City Standard Specifications. Approximately 200 hours are estimated for this task, which would likely be requested intermittently throughout the construction. These services will likely include the following tasks: 4• Perform field compaction testing for subgrade preparation, base and paving for the lift station and trench patching. Perform field compaction testing and sampling during the placement of asphalt pavement materials as directed by the Resident Engineer. Field compaction testing will be performed according to the nuclear method, and calibrated to core densities. ❖ Perform coring to calibrate the nuclear gage to pavement core densities. Field compaction testing, coring, and laboratory tests to estimate the compacted unit weight will be performed in general conformance with Cal Test 375. TASK 5—CONCRETE Sample concrete materials and concrete aggregate in accordance with Section 03300, Cast-in-Place Concrete, of the Specifications. It is assumed that reinforcing steel and concrete placement (Special Inspection) for concrete placement will be performed by the Construction Manager. Approximately 40 hours are estimated for this task to perform field concrete testing and aggregate sampling, which would likely be requested intermittently throughout the construction. These services will likely include the following tasks: ❖ Perform field concrete testing and sampling for lift station connections, manhole bases and collars, valve box, and concrete supports as-requested by the Resident Engineer. ❖ Field concrete tests will consist of slump, temperature, and air entrainment.. Compressive strength test specimens will be cast for every 50 cubic yards of concrete, or as directed by the Resident Engineer. 4e Visit batch plant to obtain samples of fine and coarse concrete aggregate at approximate frequency designated in the specifications. TASK 6—MASONRY Observe the masonry construction for the new lift station in accordance with Section 04200, Unit Masonry, of the Specifications. Approximately 8 days of field services are estimated for this task. These services will likely include the following tasks: ❖ Provide an ICC Special Inspector to observe the reinforcing steel placement, grout space, and grout placement for masonry walls at the lift station. During grouting, cast grout prisms for each placement and observe cleanouts (when used). ❖ Cast grout prisms and sample masonry block for subsequent laboratory testing. The types and numbers of tests we expect to perform are presented on the enclosed 3 n6 ATTACNM IT Construction Services Proposal for Tank Farm Road Sewer �iRO August 7,2008(City of San Luis Obispo) estimate. We expect that these services will be requested on a periodic basis to observe reinforcing, and be continuous during grout placement. TASK 7—EPDXY DOWEL AND ANCHOR BOLTS Observe the anchor bolt installation for the new lift station in accordance with Section 05501, Anchor Bolts, of the Specifications. A schedule and quantity for this work was not provided, and we assigned an arbitrary 5-day field effort for this task. These services will likely include the following tasks: ❖ Provide an ICC Special Inspector to intermittently observe the anchor bolt hole preparation and bolt or dowel installation for conformance with the specifications; ICC evaluation report requirements, and manufacture's procedure. ❖ Perform pull testing of selected anchors, as requested by the Resident or Structural Engineer. TASK 8 -STRUCTURAL STEEL AND FIELD WELDING Observe field welding and structural bolts for the new lift station in accordance with Section 05501, Anchor Bolts, of the Specifications. A schedule and quantity for this work was not provided, and we assigned an arbitrary 5-day field effort for this task. This work would likely be performed by our subconsultant, Advantage Technical Services, Inc. of San Luis Obispo. Inspection of shop welding or shop fabrication is not included within this task. These services will likely include the following tasks: ❖ Review the Contractors pre-qualification certification for approved welders, and welding procedures prior to mobilizing to site for inspection. ❖ Provide an ICC Special Inspector to observe field welding and structural steel bolt installation for moment-resisting frames in accordance with ICC building code requirements. TASK 9 - LABORATORY TESTING Perform laboratory materials testing on samples of backfill, asphalt pavement, concrete to assess compliance with the specifications. Laboratory testing will be performed in general accordance with applicable California or ASTM standards. Earthwork tests will likely consist of sieve analysis, sand equivalent, and laboratory maximum density. Aggregate testing will likely consist of sieve analysis, cleanness value, durability index, sand equivalent, and R-value. Asphalt concrete tests will likely consist of laboratory compacted unit weight and core density. The preliminary numbers of tests that we expect to perform are presented on Plate 1 —Fee Estimate. The actual numbers and types of test may vary based on the project needs at the time of construction. 4 � to < ASENT 1 Construction Services Proposal for Tank Farm Road Sewer : own August 7,2008(City of San Luis Obispo) TASK 10—REPORTING e• Submit daily field reports as the work progresses. A copy of the daily field report will be submitted to the on-site representative for the City prior to leaving the site, unless otherwise instructed. Submit laboratory test report for backfill materials and aggregates noting compliance or nonconformity to specifications. Coordinate the distribution for the laboratory reports with the City. Laboratory reports will be submitted in electronic (pdf) format and submitted via email unless otherwise requested. ❖ Submit concrete compressive strength reports for each set of test cylinders following the 28-day break results. Coordinate the distribution for the break reports with the City. Concrete reports will be submitted in electronic(pdf) format and submitted via email unless otherwise requested. Submit a final report of observations and compaction testing at the conclusion of grading. The report will provide a summary of grading observations, tests, and a professional opinion as to whether or not the grading was performed in general accordance with the plans, specifications, and recommendations of our report. Three copies of the final report will be submitted. ¢• Upon completion of the above tasks, prepare a final letter that summarizes observations and tests, and provides a statement of opinion as to whether the work we were authorized to observe, and test, was performed in general accordance with the project plans, specifications and the Fugro Geotechnical Report. Three copies of the final letter will be submitted. FEE ESTIMATE We will provide our services on a time and expense basis according to fee schedule rates in affect at the time of work. We have provided a negotiated hourly rate for field technician services that includes prevailing wage rates, a pick-up truck, and field sampling and testing equipment. We do not charge daily minimums. Plate 1 - Fee Estimate for Construction Materials Testing Services provides an estimate of the man hours and laboratory testing costs we anticipate to provide the services described in this proposal. The laboratory tests and man hours are categorized by task and type, respectively. For the purpose of preparing this proposal we understand that the construction schedule is approximately 300 working days, during which time we will be on-site about Y2 time. The time required for satisfactory field observation and testing is dependent on the Contractor's schedule, consistency of product, and rate of construction. We will not exceed the estimated budget without prior authorization. We will track time for each task that is spent for reinspection, retesting of non-compliant work, or stand-by and show that time as a separate breakout item on each invoice. A summary of those charges can be provided, if requested. 5 ATTACHMENT Construction Services Proposal for Tank Farm Road Sewer _ ®R® August 7,2008(City of San Luis Obispo) • �� SCHEDULE Services will be provided on an as-quested basis. While we endeavor to always respond quickly, we request that at least 48-hours notice for inspection or testing services. On-going communication with our Construction Services Manager (Nephi Derbidge, mobile phone no. 698-3899) and providing us with weekly updates of the anticipated need for field observation and testing needs will help to ensure a timely response for field services. Please inquire about return times when requesting laboratory services, as the time for materials testing and test reports vary depending on the type of test, number of tests, and work load. Final summary reports can typically be submitted within about 2 weeks after the completion of field services. ASSUMPTIONS We understand that the words 'Verify', "test, and '9nspecf as used in the specifications mean only that Fugro will take tests and make observations according to standard practices, so as to have reasonably certainty that the work we are authorized to observe is being constructed in general accordance with the plans and specifications. We will not be responsible for work that is performed in our absence or under the observation or inspection of others. The Contractor is solely responsible for full compliance with the contract documents. The intent of construction observation is to perform observations and tests on behalf of the owner so as to have reasonable certainty that the work is being performed according to the plans and specifications. With any tests there will be deviations from reported results due to statistical deviations and inherent variability in construction. Fugro will not direct nor take responsibility of the Contractor's work or obligations. This proposal specifically excludes surveying, staking, or checking grades, lines, and locations for conformance with the specifications. Please contact the undersigned if you have questions or we can be of service. Sincerely, FUGRO WEST, INC. )o1nath'an D. Blanchard, P.E. Principal Geotechnical Engineer Enclosures: Plate 1—Fee Estimate Fee Schedule (2008) Copies (email): 1—Addressee 1—Mr. David Hix, City of San Luis Obispo 1—Ms. Kelly Wheeler, Penfield &Smith 6 c�-s ATTACHMENT 1 City of San Luis Obispo —runuo Proposal for Construction Materials Testing Services c�� 3m \ R m P Task c' rr3 4�4 O' 0 3e Hours Total Cost ReteTlae 0113 $200 $175 $140 $115 S95 555 585 $70 Construction Services: 1.Coordination,submittal Reviews and Health and 16 40 4 60 $ 9,080 Safety Plan 2.Field Compaction Testing,Structural EanMvork at Lift 2 8 72 82 $ 6,360 Station 3.Field Compaction Testing,Trench Batldsl 2 600 602 $ 57,400 4.Paving,AC Compaction Testing-Coring 2 4 200 206 $ 19,960 S.Can uat5 Placement 2 40 42 $ 4,200 S.Masonry and Great 2 64 66 $ 6,480 7.Epoxy.Dowel and Anchor Bolts 2 40 42 $ 4,200 S.structural Steel and welding— 2 40 42 $ 4,200 9.Materials Testing per laboratory unit rates presented below 10.Repo rit g 6 20 8 8 42 $ 5,320 Subtotal Labor: 36 0 72 0 1,064 0 0 12 1,184 S 119,200 *Includes field tests for slump,temperature,and air content "Subcontractor(ATS)will perform this work at cost plus. - m e� 6 0 era F°�c Laboratory and Unit Costs Rate y9 mho c m see fee schedule for additional tests 2008sc Jim �` da cS' No. Total Cost Modified Proctor,4 Inch mold(D1557) $ 225 2 8 10 $ 2,250 Modified Proctor,6 inch mold(131557) $ 265 2 4 6 $ 1,590 Sieve Analysis of Coarse Aggregate(C136)' $ 60 4 4 2 4 14 $ 840 Sieve Analysis of Fine Aggregate(C136)' $ 110 12 2 4 18 $ 1,980 Sand Equivalent(D2419p $ 95 2 15 2 4 23 $ 2,185 Durability Index(D2419)' $ 140 2 2 4 $ 560 Stabilometer for AC(D1560)' $ 150 0 $ - Lab Compacted Unit Weight,each point(D1188)' $ 110 0 $ - Specific Gravity and Absorption,Coarse(C127)' $ 75 0 $ - Cleanness Value(C142)' $ 140 4 4 $ 560 Concrete compression or hold(C39)' $ 25 50 50 $ 1,250 CLSM compression or hold(134832) $ 40 0 $ - Exaaction and Sieve of AC(D2172) $ 300 0 $ - Unit weight of Concrete Cylinder,oven dry $ 40 0 $ -- R-value,AS,untreated(D2844) $ 325 2 2 $ 650 Pavement Cores(subcontracted) $ 85 20 20 $ 1,700 Unit weight of AC Cores $ 80 20 20 $ 1,600 Organic Content(02974) $ 90 0 $ - Atierberg Limits(134318) $ 150 0 $ - Mortar Cylinder Compression(C39) $ 35 12 12 $ 420 Grout Prism Compression(C39) $ 40 12 12 $ 480 CMU Block(compression,shrinkage,moisture, $ 600 2 2 $ 1,200 absorption,unit weight)^ $ - 0 $ $ - 0 $ Shipping and misc..lab charges,if needed $ - 0 -$ or California Test equivalent .,. Subtotal Lab Testing: S _ 1_7,2_65 Per set of 3 block. There is a 3 week lead time for shrinkage results. -- ESTIMATED TOTAL $ 136,500 FEE ESTIMATE CMT for Tank Farm Sewer Project enmm,ww San Luis Obispo, California PLATE 1 ATTACHMENT 1 �GRO NK FUGRO WEST, INC. 660 Clarion Court,Suite A San Luis Obispo,California 93401 Tel:(805)542-0797 SOUTHERN CALIFORNIA 2008 FEE SCHEDULE Fax:(805)542-9311 FOR CONSULTING SERVICES PROFESSIONAL STAFF HOURLY RATE StaffI Professional..................................................................................................................... $ 105 StaffII Professional.................................................................................................................... 115 ProjectProfessional I ................................................................................................................. 135 ProjectProfessional 11 ................................................................................................................ 140 SeniorProfessional.................................................................................................................... 155 Associate.................................................................................................................................... 175 Principal ..................................................................................................................................... 200 PrincipalConsultant................................................................................................................... 225 TECHNICAL AND OFFICE STAFF Field Technician/Inspector- Non-Prevailing Wage, Straight Time............................................. 85 Field Technician/Inspector- Prevailing Wage, Straight Time .................................................... 95 Construction Inspector............................................................................................................... 105 Construction Services Manager................................................................................................. 115 Engineeringassistant................................................................................................................. 105 OfficeAssistant.......................................................................................................................... 55 Word Processor/Clerical............................................................................................................. 70 LaboratoryTechnician................................................................................................................ 70 Technical Assistant/illustrator..................................................................................................... 75 IllustratorII ................................................................................................................................. 85 CADDOperator.......................................................................................................................... 90 GISTechnician........................................................................................................................... 90 HSEManager............................................................................................................................. 145 Overtime Rates for Technical and Office Staff., a. Saturday or over 8 hours/day during weekdays...................................................1.3 x straight time b. Sundays/holidays.................................................................................................1.5 x straight time c. Swing or graveyard shift premium........................................................................1.3 x straight time Fees for expert witness preparation,testimony, court appearances, or depositions will be billed at the rate of$325 per hour. OTHER DIRECT CHARGES Subcontracted Services.................................................................................................Cost Plus 15% OutsideReproduction ....................................................................................................Cost Plus 15% OutsideLaboratory.........................................................................................................Cost Plus 15% Out-of-Pocket Expenses................................................................................................Cost Plus 15% Traveland Subsistence..................................................................................................Cost Plus 15% Field Vehicle and Basic Sampling Equipment.......................................................................... 115/day Specialized Software Applications ................................................................................................25/hr Report reproduction and data reporting costs per staff hourly rates Fee Schedule is subject to revision periodically LABORATORY AND SPECIALTY TESTING AND EQUIPMENT.................See Separate Schedules A member of the Fugro group of companies with offices throughout the world ATTACHMENT 1 --- -- — -- — — - - FUGRO WEST, INC. 2008 FEE SCHEDULE LABORATORY AND MATERIALS TESTING �� CLASSIFICATION TESTS HYDRAULIC CONDUCTIVITY Moisture Content and Visual Classification AND OTHER TESTS (ASTM D2216/D2488) ................................$ 25 Soil Chemistry for Corrosion Total and Dry Densities (pH,chloride,sulfate,resistivity)....................$ 240 (With Moisture Content ASTM D2937) ........$ 35 pH(soil)............................................................... Quote Add for Shelby Tube with above Tests.............$ 20 pH(water).........................................................$ 30 Plastic and Liquid(Atterberg)Limits Permeability-CH up to 4"Diameter.................$ 325 (ASTM D4318) ..............................................$ 150 Permeability-CH 6"Diameter..........................$ 425 Specific Gravity(AASHTO T100).....................$ 95 Permeability-Flexible Wall(ASTM D5084). $ 360 Organic Content(ASTM D2974)......................$ 90 Sand Equivalent(ASTM D2419)......................$ 95 EARTHWORK TESTS Sieve Analysis(ASTM D422) .........................$ 100 Standard Proctor,4 point(ASTM D698) Less Than 200 grams of Fine-Grained Soil -44nch mold..................................................$ 200 Sieve Analysis(ASTM C136,Cal 202) -6-inch mold..................................................$ 230 Coarse Fraction.............................................$ 60 Modified Proctor,4 point(ASTM D1557) Fine Fraction with Wash................................$ 110 -4-inch mold..................................................$ 225 Percent Passing#200 Sieve(ASTM D1140) $ 65 -64nch mold..................................................$ 265 Particle Size Analysis- California Impact Compaction(Cal 216 ) $ 250 Sieve&Hydrometer(ASTM D422)............. $ 170 Moisture-Density Check Point Quick Hydrometer Analysis...........................$ 90 -4-inch mold..................................................$ 75 VOLUME CHANGE TESTS -6-inch mold..................................................$ 100 Rock Correction for above................................$ 90 Incremental Consolidation(ASTM D2435)...... $ 375 Soil Cement-Moisture/Dens.(ASTM D558) $ 275 Additional Load Increment or Time Rate..........$ 60 Index Density and Unit Weight(ASTM D4253) Quick Cons.,max 8 Loads(16 ksf max) .........$ 260 Maximum.......................................................$ 300 Constant Rate of Strain Consolidation, Minimum........................................................$ 125 -To 16 ksf max(ASTM D4186)....................$-400 R-Value(ASTM D2844:Cal 301).....................$ 300 -With Intermediate Rebound and Reload.... $ 475 Treated Soil...................................................$ 315 Expansion Index(ASTM D4828;UBC 29-1)... $ 225 Aggregate Base.............................................$ 325 Percent Swell(ASTM D2435)...........................$ 110 Base with Admixture......................................$ 340 Swell Pressure and CBR(One Point)(ASTM D1883)......................$ 325 Percent Swell(ASTM D4546).......................$-250 Proctor Compaction w/above CBR..................... Extra STATIC STRENGTH TESTS Surcharge for Addition of Admixture.................$ 50 Hand Penetrometer..........................................$ 10 AGGREGATE TESTS Torvane.............................................................$ 20 Percent passing#200 Sieve for Aggregate Miniature Vane(ASTM D4648)........................$ 40 (ASTM C117) ................................................$ 80 Miniature Vane,with Residual..........................$ 45 Unit Weight and Voids in Aggregate Core Compression Test(Excl Stress-Strain) ..$ 80 (ASTM C29,Cal 212)....................................$ 95 Unconfined Compression,Soil(ASTM D2166)$ 100 Organic Impurities of Concrete Aggregates Unconfined,Rock(ASTM D2938)....................$ 125 (ASTM C40)...................................................$ 55 Triaxial Unconsolidated Undrained...................$ 140 Sieve Analysis of Coarse Aggregate (ASTM D2850) (ASTM C136,Cal 202) .................................$ 60 Triaxial Consolidated Drained Sieve Analysis of Fine Aggregate Single-Stage..................................................$ Quote (ASTM C136,Cal 202) .................................$ 110 Multi-Stage.....................................................$ Quote Specific Gravity&Absorption-Coarse Triaxial Consolidated Undrained(w/Pore Pressure) (ASTM C127,Cal 206) .................................$ 75 Single-Stage(ASTM D4767).........................$ Quote Specific Gravity&Absorption-Fine Multi-Stage.....................................................$ Quote (ASTM C128,Cal 207) .................................$ 125 Direct Shear,CU,3 points(ASTM D3080)..... $ 420 Cleanness Value(ASTM C142,Cal 227).........$ 140 Unconsolidated Undrained,3 points ............$ 330 Durability Index-Coarse or Fine Add for Residual Strength,per Point...... $ 50 (ASTM C3744,Cal 229)................................$ 140 Sand Equivalent of Graded Aggregate Note: (ASTM D2419,Cal 217)................................$ 95 Percentage of Crushed Particles Our laboratories are accredited by AASHTO, (ASTM D5821,Cal 205)................................$ 95 Caltrans,and the US Army Corps of Engineers Moisture Content of Aggregate(ASTM C566) $ 55 It(47— Page 2 of 4 January 2008 FW ATTACHMENT 1 _ FUGRO WEST, INC. oWU 2008 FEE SCHEDULE LABORATORY AND MATERIALS TESTING (continued) ASPHALT CONCRETE TESTS MISCELLANEOUS LABORATORY TESTS Stabilometer Value (ASTM D1560,Cal 366) $-150 AND CHARGES Lab Compacted Unit Weight-Paraffin Coated Sample Remold Surcharge..............................$-80 Each Briquette(ASTM D1188,Cal 308A) $1-110 Special Processing....................................Hourly Rates Surcharge for Rubberized AC for Above $ 15 Extrude Tube Sample and Visual Classification$--65 Unit Weight of Asphalt Cores or Slabs.......... S_80 Sample Tube Cutting,each cut........................$--25 Theoretical Maximum Specific Gravity and Sample Preparation-Non-Routine..................$-95 Density of Asphalt Mixtures(ASTM D2041) $-150 Steel Drum-55 Gallon with Lid........................$--75 Extraction and Sieve Analysis of Asphalt Gas Powered Generator...................................$-75 Mixtures(ASTM D2172&D5444)..... $-300 Shelby Tube with Caps.....................................$---40 Asphalt Content by Ignition(ASTM D6307,CT382) Addition of Soil Admixtures and Curing............$-95 .......................................................................$-150 Capping of Strength Test..................................S_35 Calibration Curve for Ignition Test ...................$ 300 Weight Analysis of Roofing Materials CONCRETE, MASONRY,AND STEEL TESTS (ASTM D2829)...............................................$-45 Density of Sprayed on Fireproofing Materials. $---55 Concrete Compression Asphalt Slurry Seal Each 6 x 12 Cylinder(ASTM C39).............. $-25 Wet Track Abrasion(ASTM D3910).............$ 65 Hold or Additional Test..................................$-25 Static Friction Test Light Weight Concrete(CTM 548) ..............$ 40 -Per Surface Location(ASTM C1028)... $-375 Cylinder Molds with Lids..................................... $ 6 FerroScan Rebar Locator-per half day... $-120 Compression of Cored Concrete or Masonry Coring EquipBit Charge-per half day......... $-80 Specimen Including End Preparation Bit Charge-Difficult Materials-per half day.. $-100 (ASTM C42)...................................................$----- 85 Specimen End Prep Soil-Cement Compression(ASTM D1633) ...$ 40 -Less than 4"Diameter-per cut...................$-12 Shrinkage of Mortar and Concrete 3 Bars; -4"to 8"Diameter-per cut...........................$ —18 Site Delivery&Pick Up Extra(ASTM C157).$-425 Special Capping of Specimen..........................$ �5 Unit Weight of Concrete Cylinders-Air Dry... $-30 Patch or Grout Core Hole.................................$ �5 Unit Weight of Concrete Cylinders-Oven Dry $-40 Photograph of Sample......................................$ Shotcrete Panel-Lab Coring&Compression Additional Copies of Photographs...............Cost+15% -3 cores(ASTM C42)....................................$-360 Local Site Pick up of Bulk or AC Sample Grout Prism Compression-each(ASTM C39)$-40 -within 30-mile radius,per sample................$ �0 Mortar Cylinder Compression-each (ASTM C39)...................................................$-35 NOTES: Composite Prism Compression(ASTM E447) 1) Rates for other tests and test variations can be -8x8 ................................................................ Quote furnished on request. -8x12............................................................... Quote 2) Rates for Asphalt Concrete, Lime/Cement -8x16............................................................... Quote CMU/Concrete Block Compression Admixture,and Portland Cement Concrete mix (ASTM C140)............................................ Quote designs and testing can be furnished upon Site Pick up-Concrete Specimens-each.. $—12 request. Site Pick up-Masonry Specimens-each.. $-12 3) The following are included at NO CHARGE: Site Pick up-Shotcrete Panels-each. $-50 visual classification with all strength and Site Pick up-Composite Prism-each..... $-25 volume change tests, natural water content Absorption&Moisture of CMU/Concrete Blocks$ 95 and density with all triaxial compression and Concrete Moisture Emission Test Kit-each volume change tests. [Technician Time Extra].................................$ 55 4) Rush assignments are subject to a 25% Rebar-Tensile and Bend(ASTM A-370).......... Quote surcharge. 5) Weekend or Holiday test assignments are subject to a 50%overtime surcharge 6) Testing for contaminated samples(EPA Level C&D)will be invoiced at 1.5 times listed rates. 7) Sample shipment or other outside costs at Cost+ 15%. trlJ��� Page 3 of 4 January 2008 FW ATTACHMENT 1 FUGRO WEST, INC. oRo 2008 FEE SCHEDULE FIELD EQUIPMENT AND SUPPLIES FIELD INSTRUMENTATION/EQUIPMENT Baroid Drilling Fluid Test Kit.......................$ 30/day Inclinometer Probe and Readout Device....$ 175/day Conductivity Probe(in situ)........................$ 55/day Rotary Hammer..........................................$ 40/day CPN Corp. Hydroprobe..............................$ 75/day Portable PhotoionizaGon Detector(PID)....$ 100/day Double-Ring Infiltrometer...........................$ 75/day Gas Tech...................................................$ 25/day Downhole Soil Samplers............................$ 75/day Portable Flame Ionization Detector(FID)...$ 150/day (21/24nch California liner,SPT) Field Computer...........................................$ 30/day Fisher TW-6 Metal Detector.......................$ 50/day Manometer.................................................$ 55/day Gas Powered Generator............................$ 75/day Dynamic or Stainless Steel Penetrometer..$ 50/day Groundwater Modeling Software................$ 25/day Brass or Stainless Steel Sample Sleeves..$ 6/each Hermit 1000C and Transducer...................$ 135/day Well Bailer-Disposable.............................$ 15/each ISCO Peristaltic Air Pump..........................$ 25/day Keyed-Alike Locks......................................$ 8/each Positive Displacement Pump.....................$ 25/day 55-gallon Drum...........................................$ 75/each Temperature-pH-Conductivity Meter..........$ 25/day Field Filter..................................................$ 25/unit Transducer(in situ) $ 75/day Nuclear Gauge...........................................$ 50/day Water Level Recorder................................$ 20/day Stainless Steel Hand-Auger Sampler.........$ 50/day Water Sampling Pump...............................$ 200/day Teflon Tape-4"roll....................................$ 29/roll (Bladder Pump or Electric Submersible) Liquinox......................................................$ 20/bottle Water Sampling Pump(Well Wizard).........$ 200/day Tyvek.........................................................$ 5/each Well Bailer-Standard................................$ 25/day Respirator Cartridges.................................$ 10/set Disposable Camera....................................$ 15/each Bulk Sample Bags......................................$ 4/each Digital Camera...........................................$ 25/day Water Level Indicator.................................$ 10/day Kemlevel....................................................$ 20/day Well Cap 2"................................................$ 22/each 12 Channel Seismograph...........................$ 150/day 2-inch Diameter Water Meter.....................$ 20/day 4-inch Diameter Water Meter.....................$ 40/day 6-13 Page 4 of 4 January 2008 FW j T 2 AGREEMENT FOR TESTING OF CONSTRUCTION MATERIALS SERVICES, Specification.No:50410.7227.06A THIS AGREEMENT Is made and entered into in the City of San Luis Obispo on this 17"' day of July 2006 by and between the City of San Luis Obispo and Fugro West. Inc MQ- hereinafter referred to as the Consultant. 1. Term. The term of this Agreement shall be from the date.this Agreement is made and entered as first written above and shall be for a period of approximately three years. 2. Services. The Consultant shall provide the necessary services to complete. Construction Materials Testing Services as,set out in individual requests in the time frames required. 3. Incorporation by Reference. City's Request for Qualifications dated January 2006 and the Consultants Proposal dated February 21, 2006 along with individual project requests for services are hereby incorporated in and made a part of this agreement 4. City's Obligation. For providing services as specified in this Agreement, the City will pay and the Consultant shall receive reimbursement for hours worked. (including directsalary costs or prevailing wages, employee benefits, overhead and fees)and direct costs. 5. Consultant's Obligation. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by the City, the Consultant agrees with the City to do everything required by this Agreement Test results of materials tested shall be forwarded to the City within 48 hrs. of the completed test Field slips will satisfy this requirement. Complete project reports shall be submitted within 30 days of the Consultants last work performed. Reports must be clear and concise of what materials and tests were performed, location of sample;test method used on the sample and if the material or test provided met project specifications.Test results that do not meet project minimum requirements must be logged separately and remtesting or remedy of failed test must be shown. Log of borings or pile driving must include the numbering system as shown on the project plans,the design depth, actual depth achieved, rate of progress on each pile and date of work If a numbering system is not shown,a standardized numbering system approved by the engineer shall be used. The Consultant shall submit one hard copy of the report and one electronic Adobe file of the report 6. Invoices. Invoices must be broken down by the project name, City specification { number and what charges are associated to what project where multiple charges 4 t 7 appear on a single invoice. Invoices must be billed according to the Fee Schedule submitted in the Statement of Qualifications in response to the RFQ. Annual adjustments of the Fee Schedule must be approved by the City. 7. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages, and amounts specified in the attachment as a precondition to contract execution and maintain the coverage for the duration of the agreement 8. Business Tax. The Consultant must have a valid City of San Luis Obispo business tax certificate prior toexecution of the contract: Fee Schedule and additional information regarding the City's business tax program may be obtained by calling(805)781-7134. 9. Laws to be Observed. The Consultant shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 10. Payment of Taxes. The prices shall include full compensation for all taxes that the Consultant is required to pay. 11. Permits and Licenses. The Consultant shall procure all permits and.licenses, pay all charges and fees, and give all notices necessary to perform the assigned work. 12. Ability to Perforin. The Consultant warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 13. Safety.Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 14. Preservation of City Property. The Consultant shall provide and install suitable safeguards, approved by the City;to protect City property from injury or damage. If City property is injured or damaged as a result of the Consultant's operations, it shall be replaced or restored at the Consultant's expense. The facilities shall be replaced or restored to a condition as good as when the Consultant began work. 15. Immigration Ad of 1986. The Consultant warrants on behalf of itself and all sub- Consultants engaged for the performance of this work that only persons authorized d to work in the United States pursuant to the Immigration Reform and Control Act of a 1986 and other applicable laws shall be employed in the performance of the work hereunder. 16. Consultant Non-Discrimination. In the performance of this work, the Consultant agrees that it will not engage in, nor permit such sub-consultants as it may employ, , to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 9 l i ATT�qdH +'1ErFT 17. Work Delays. Should the Consultant be obstructed or delayed in the work required to be done hereunder by changes.in the work or by any default, act, or omission of the City, or by strikes,fire, earthquake,or any other Act of God,or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs,then the time of completion may, at the City's sole.option, be extended for such periods as may be agreed upon by the City and the Consultant. 18. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies,equipment, or services provided by the Consultant(Net 3% 19.. Compensation from Authorized Additional Expenses. To receive compensation for additional expenses outside the scope of the project work,the Consultant shall obtain prior written authorization from the City to incur those expenses..Compensation for these additional expenses shall include time and materials only without markup. x 20. Hold Harmless and Indemnitieadom a. For claims arising from professional services, Contractor agrees to defend, indemnify,protect and hold the City and its agents, officers and employees harmless from and against any and all claims or liability established for damages cr injuries to any perm or property, induding injury to the Contractor's employees,agents or officers to the extent caused in whole or in part by the negligent or wrongful acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein,and all expenses of investigating and defending against same;provided, however, that the Contractor's duty to indemnify and hold harmless shag not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees b. For claims arising from non-professional acts, Contractor agrees to defend, indemnify,protec4 and hold the City and its officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services provided,however, that Contractor's duty to indemnify and hold harmless shall not include any claims or lkliffity arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 21. Contract Assignment. The Consultant shall not assign, transfer, convey or otherwise dispose of the contract,or its right, title or interest, or its power to 1 execute such a contract to'any individual or business entity of any kind without the previous written consent of the City. 22. Change.in Status. The Consultant shall notify the City immediately if it is no longer able to provide any of the services outlined in the submitted proposal. i 9 23. Into, of Consultant. The Consultant covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work. hereunder. The Consultant further covenants that, in the performance of this work, no sub-consultant or person having such an interest shall be employed. The Consultant certifies that no one who has or will have any financial interest in performing this work is-an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at all times be deemed an independent Consultant and not an agent or employee of the City. •24. Termination. If, during the term of the agreement, the City determines that the Consultant is not.faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform;which notice must give the Consultant a 90(ten)calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant has'not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Consultant to said effect. Thereafter, neither party shall have any further duties,obligations, responsibilities, or rights under the contract except, however, any and all obligations.of the Consultant's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. . In said event, the Consultant shall be entitled to the reasonable value of its services performed from the beginning.date in which the breach occurs up to the day it received the City's Notice of Termination,-minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Consultant; compensation for any other work, services or goods performed or provided by the Consultant shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or 3 confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, i however, shall the Consultant be entitled to receive in excess of the compensation quoted in its proposal. ;l 25. Amendments. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Engineer. 26. Ownership of Materials. All original drawings, plan documents and other l materials prepared by or in possession of the Consultant as part of the work or services under these specifications shall become the permanent property.of the City, and shall be delivered to the City upon demand. • 1 i �— i� I -ENT o2 27. -Release of Reports and Information. Any reports, Information, data,or other material given to, prepared by or assembled by the Consultant as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. 28. Complete Agreement. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between parties hereto. No oral agreement,understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 29. Notice. All written notices to the parties hereto shall be sent by prepaid postage mail addressed as follows: Y Consultant Pamela King Fugro West, Inc. Public Works Department Jonathan Blanchard 955 Morro Street 660 Clarion Court, Suite A San Luis Obispo, CA 93409 San Luis Obispo, CA 93401 u Authority to Execute Agreement. Both the City and the Consultant do covenant that each individual executing this agreement on behalf of each party is a person duty authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day.and year written-above. CITY: CONSULT T. Br Ken Hampian, ty Administrative Officerugro West, Inc. Approved as to Form: 't 1i Jlar]atlaaf Lowell, City Attomey Print/type name and title a 'i ;N 7 i . 1 ,i i! A