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