0% found this document useful (0 votes)
45 views35 pages

091301p.bid Materials Testing and Construction Inspection Services - Combined

The document is a request for proposals from engineering firms to provide materials testing and construction inspection services for the City of Saint John. It outlines the scope of work to include asphalt concrete testing, Portland cement concrete testing, and soils testing and inspection for various city construction projects in 2021 and 2022. It provides details on required qualifications, responsibilities, testing standards and reporting. Firms are asked to submit proposals by April 8, 2021 for consideration.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
45 views35 pages

091301p.bid Materials Testing and Construction Inspection Services - Combined

The document is a request for proposals from engineering firms to provide materials testing and construction inspection services for the City of Saint John. It outlines the scope of work to include asphalt concrete testing, Portland cement concrete testing, and soils testing and inspection for various city construction projects in 2021 and 2022. It provides details on required qualifications, responsibilities, testing standards and reporting. Firms are asked to submit proposals by April 8, 2021 for consideration.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 35

The City of Saint John

CITY OF SAINT JOHN

REQUEST FOR PROPOSAL

2021-091301P

MATERIALS TESTING AND CONSTRUCTION INSPECTION SERVICES

Sealed proposals, hand delivered or couriered, and addressed to Chris Roberts, SCMP, CPPB,
Supervisor, Supply Chain Management, 1st Floor, Municipal Operations Complex, 175
Rothesay Avenue, Saint John, NB, E2J 2B4, and marked on the envelope:

“RFP No. 2021-091301P - Materials Testing and Construction Inspection Services”

will be received until 4:00 p.m. (A.D.T.), Thursday, April 8, 2021.

Due to the ongoing pandemic, there will be no public opening.

The lowest or any proposal not necessarily accepted.

Chris Roberts, SCMP, CPPB


Supervisor
Supply Chain Management

ISSUE DATE: Thursday, March 18, 2021


RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

SCOPE OF WORK

1. GENERAL:

The City of Saint John has prepared this document for Engineering Firms wishing to
provide their services to the City of Saint John. This Request for Proposals is to be used
as a guide, in combination with good engineering judgment and standard engineering
practices and is not intended to be a complete procedural document. It reflects basic
standards the Consultant is to adhere to when preparing a Proposal or carrying out work
for the City.

The Engineering Firm (Consultant) shall in all matters act as a faithful advisor to the City.
The Consultant shall keep the City informed on all matters relating to the design,
procurement, and construction and any other aspects forming part of the scope of the
Project.

The Consultant for the Project shall be an engineering firm licensed to practice within the
Province of New Brunswick. The Consultant's Professional Engineers for the Project shall
be registered with the APEGNB. The Consultant's Engineering Technologists for the
Project shall be registered with the NBSCETT, with a minimum of two years of municipal
road paving experience or laboratory experience and have demonstrated proficiency in
performing the inspections or testing. The Consultant's Senior Engineering Technologist
for the Project shall be registered with the NBSCETT, with a minimum of five years of
municipal road paving experience and have demonstrated proficiency in performing the
inspections and project management. The Consultant may propose Technicians with
equivalent demonstrated experience for consideration and approval by the Engineer.

For the purposes of this RFP document, “Engineer” shall refer to the City Representative
responsible for administering this contract, and “Project Coordinator” shall refer to the City
Representative responsible for coordinating in house projects requiring services under this
agreement.

The Consultant shall be aware of any follow any orders, policies, directives, standards and
guidelines issued by any governmental authority governing all or any part of the work
under the RFP.

2. PROJECT DESCRIPTION:

The Project will include materials and construction testing, inspection, and engineering
technical services related to asphalt concrete, Portland cement concrete, and soils and
granular materials compaction for development, design, and construction projects
undertaken by and in the name of the City of Saint John.

Page 2
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

Schedule: It is anticipated that the technical services will be required during the
construction seasons of 2021 and 2022.

The successful Consultant will be required to provide materials and construction testing,
inspection, and engineering technical services as detailed in the Proposal Form and
according to the following most current sections of the City of Saint John General
Specifications:

Division 13 Excavation, Trenching and Backfill Requirements


Division 23 Portland Cement Concrete
Division 24 Roadway Construction
Division 27 Asphalt Concrete

A set of Forms, developed for reporting the technical services, is attached as an


Appendix. The Engineering Firms shall note that these Forms are to be read in
conjunction with Division 27 Asphalt Concrete and Division 23 Portland Cement Concrete.
The Consultant shall be required to report to the Engineer on a timely basis by email and
regular submission of forms will be required.

The Work under this Project includes materials and construction testing, inspection, and
engineering technical services for:

2.1 Asphalt Concrete Testing, Inspection, and Engineering Technical Services

a. Projects using materials purchased by the City for its own use:
i. Limited plant inspection and associated testing, once every three weeks
on average.
b. Maintenance resurfacing projects of streets and Capital Construction by
Contractor:
i. Full time plant inspection and associated testing when Plant is producing
asphalt for City of Saint John Contracts.
ii. Full time field inspection and testing as required. Field inspection for the
2021 and 2022 construction seasons will also include full time inspection for the
adjustment of manholes, catch basins and valve boxes. Quantities for structure
adjustments will be recorded for payment by site inspector.
c. Development-Subdivision paving of streets by Contractor:
i. Full time plant inspection and associated testing as required.
ii Full time field inspection and testing as required.
d. Quality control (QC) will be carried out by the Contractor and quality assurance
(QA) will be carried out by the Consultant. The Consultant will have full authority
to reject defective material and workmanship and to suspend the carrying out of
any work that is being improperly done, subject to the final decision of the
Engineer.

Page 3
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

e. Completion of required field testing and laboratory testing in accordance with the
latest revision of applicable test methods, standards and procedures to assist in
evaluation of the quality of the work.

Note: The City of Saint John requires Certification by the Canadian Council of
Independent Laboratories (CCIL) for asphalt testing laboratories. Asphalt laboratories
are to have Type “A” Certification – Asphalt Mix Design for Superpave Methods. A copy
of the CCIL Certification will be required to be submitted with the 2021 proposals.

2.2 Portland Cement Concrete Field and Laboratory Testing, Inspection, and
Engineering Technical Services

a. Certification by the Canadian Council of Independent Laboratories (CCIL) for


Concrete Testing Laboratories in accordance with CSA Standard A283
"Qualification Code for Concrete Testing Laboratories":
i. A copy of the CCIL Certificate shall be submitted with the
proposal.
b. Field Testing:
Quality control (QC) will be carried out by the Contractor and quality assurance
(QA) will be carried out by the Consultant. The Consultant shall have full
authority to reject defective material and workmanship and to suspend the
carrying out of any work that is being improperly done, subject to the final
decision of the Engineer.
i. The Project Coordinator requiring testing services will notify the
Consultant providing technical services of the timeline for concrete
placement.
ii. Quality Assurance by the Consultant shall consist of the following random
testing:
• Slump test, air test, temperature, and sampling and casting of
three compressive strength specimens;
• Sampling and testing frequency of concrete:
-The minimum frequency shall be one test for every 5 tests
done by the Contractor; and
-On small Projects involving only a few loads of concrete,
one complete test shall be made.
c. Test Samples:
i. Compressive strength test samples shall consist of three concrete
cylinders;
ii. Moulds for forming concrete test cylinders shall be the reusable type and
meeting the requirements of CSA A23.2 - 1D;
iii. Moulds shall be considered reusable for as long as they permit the
sampling of concrete cylinders according to the requirements of CSA
A23.2 - 1D; and
iv. Reusable moulds shall be slightly coated with mineral oil before use.

Page 4
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

d. Laboratory testing of hardened concrete according to the latest revision of CSA


Standard A23.2 including:
i. Curing and capping of concrete cylinders; and
ii. Compressive strength testing obtained at 7 and 28 days.
e. Reporting of field and laboratory testing:
i. Field test results obtained shall be recorded on the Form - Concrete
Testing Summary (see Appendix) and shall be submitted to the City.
ii. Compressive strength results shall be submitted on the Consultant’s
standard reporting form.
f. Construction Supervision
Full time construction management for new installation of concrete curb and
sidewalk on a number of projects included with the Maintenance Resurfacing of
streets outlined in Item 2.1(b) above and possibly on other in-house projects shall
be carried out by the Consultant. The Project Coordinator will notify the
Consultant of the timeline for concrete placement. Construction management
shall consist of the coordination of construction activities including communication
with property owners with respect to the location and width of driveway
entrances, providing layout for dropped sections for driveways and pedestrian
crosswalk, checking of alignment, grades, cross-slope elevations, curb reveal,
compaction of granular base, concrete thickness, concrete finishing, curing, etc.,
to ensure that all the Contractor's work meets the specifications. In addition,
construction management shall consist of quality assurance (QA) for Portland
cement concrete and soils compaction and testing as outlined in Items 2.2 (b)
and 2.2 (c) above and 2.3 below. Refer also to the Form - Concrete Work Pour
Approval in the Appendix.

2.3 Soils and Granular Materials Compaction, Testing, Inspection and


Engineering Technical Services

Field and laboratory testing for subbase and base aggregates to be used for street
construction:

a. Soil data input for retaining walls and other projects;


b. Soils testing to be carried out by an experienced Engineering Technologist
on an hourly rate basis; and
c. Testing of backfill materials and compaction to City Specifications;
i. Laboratory testing including aggregate gradation, moisture content,
Proctor density, etc., in accordance with applicable ASTM test methods;
ii. Soils compaction testing using nuclear density equipment;
iii. Sieve analysis of granular materials from Contractor-proposed sources,
on City request; and
iv. Random compaction testing, on City request.

Page 5
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

3. PROFESSIONAL SERVICES REQUIRED:

The professional services required for this project are as follows:

Consulting Advisory Services

1. General:

The Consultant will be required to:

a. Act as the City's agent as required in connection with the engineering aspects of
the Project;
b. Assist the City by advising on and recommendation on the approving the
appropriateness of the program of construction reviews and testing services
which may be required by the Consultant or imposed by law, for the execution of
the Project by the Contractor; and
c. As an agent for and on behalf of the City, advise the City in writing as to further
investigative work which, in the Consultant's opinion, is necessary to ensure that
all the Contractor's work meets the Specifications and that the completed Project
will function as intended.

Construction and Contract Administration Services

The Consultant will be required to:

a. Using as a minimum the City of Saint John General Specifications and attached
Forms, follow a sampling and testing plan (Quality Assurance Plan), milestones
and documentation that the Consultant, at the Consultant's professional
discretion, considers necessary to enable the Consultant to ascertain whether the
City and its Suppliers and Contractors are carrying out the Work in accordance
with the General Specifications and the Contract Documents for the Projects
(minimum frequencies are provided in Section 2 - Project Description);
b. Make such visits to the Project Site and apply such sampling and testing
procedures at the Project Site at intervals appropriate to the stage of construction
as required by the Quality Assurance Plan and in accordance with the Contract
and Specification requirements for the Projects;
c. Provide all equipment and facilities necessary for the technical services;
d. Provide full time field inspection during milling and asphalt concrete paving
operations to ensure that proper construction practices are followed. This will
entail, but not be limited to, the supply of experienced Engineering Technologists
who will visually verify truck loads, sign truck weight tickets, check uniformity of
materials, temperature of mix, joint configuration, asphalt thickness, compaction,
surface smoothness, etc.;

Page 6
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

e. Provide full time plant inspection during asphalt production for City of Saint John
paving operations to ensure adherence to the Asphalt Quality Control Plan. This
will entail, but not be limited to, the supply of an experienced Engineering
Technologist who will monitor RAP content, ensure there is no deleterious
materials being introduced into mix, and verify best management practises for
aggregate stock piling are being followed, monitor asphalt mix production for
compliance with Job Mix Formula, periodic verification of truck tare weights, etc.;
f. Attend on-site meetings with the Engineer or Engineer’s Representative and
Contractor's Representative. Grades, cross-slope elevations and height of
adjusted structures shall be checked and the Street Surface Preparedness
Inspection Form (see Appendix) will be completed prior to commencement of
paving operations;
g. Monitor Contractor’s compliance with the Quality Control Plan and keep the City
informed through periodic reports;
h. During the course of the work, note defects and deficiencies (non-conformances)
observed in the Work and review the correction of same when completed by the
Contractor. The Contractor or Supplier and the City shall be provided with written
notification of any deficiencies requiring correction or non-conforming test results.
All details and remedial measures information shall be provided to the City in
Daily Reports;
i. Advise the Engineer immediately, verbally and in writing, of any deficiencies,
improper practices or other non-conformances;
j. Attend meetings necessary for the coordination of the design, field technical
services and the execution of the Work;
k. Contact the Engineer (or Project Coordinator) prior to agreeing with a third party
to go to the Work Site to carry out testing services;
l. Upon completion of each respective Project, the Consultant shall provide the
Project Coordinator, within 14 calendar days, a Report with the asphalt concrete
test results, street name, a sketch of the location of the asphalt concrete
placement, final tally of the asphalt tickets for the Project, a copy of the asphalt
tickets, and a copy of all Asphalt Paving Daily Reports for the Project;
m. QA test results to be sent directly to the City’s Project Coordinator and not to the
contractor or QC Consultant unless authorized by the City’s Project Coordinator
n. With respect to Developments, the Consultant shall verify with the City as to the
acceptance of the street up to crushed gravel base prior to the placement of
asphalt concrete. In addition, the Consultant shall verify with the City, and not
with the Contractor, that the street is ready for asphalt placement;
o. The Consultant shall include in the Report a sentence recommending acceptance
or rejection of the Work for in-house street Projects, Developments and any other
in-house Projects. In addition, the Report shall be signed by a Professional
Engineer, registered with APEGNB;
p. The Consultant shall assign each project location with a unique identifying
number for tracking purposes and include this number on all test result forms and
invoices; and

Page 7
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

q. Prepare cost summaries for each Project that work is being done on and submit
at the end of each month to the Engineer responsible for administering this
contract to review for payment. Prepare cost summaries for each project location
for work being done on Developments and submit as work is completed. The
Engineer will distribute the summaries to the respective Project Coordinator(s)
who will review and approve their respective summaries, forwarding approved
summaries within one (1) week of receipt back to the Engineer. The Consultant
shall prepare a Master Invoice for all Projects being worked on during the month
of billing and submit at the end of each month to the Engineer. The Engineer
shall review the itemized Master Invoice from the Consultant and approved
summaries from each Project Coordinator. The Master Invoice shall be the total
of all project summaries. From each monthly Master Invoice, the Engineer will
prepare an Interim Payment Certificate.

4. METHOD OF PAYMENT:

At the end of each month the successful Consultant must submit to the Engineer a cost
summary for each project that work is being done on. Similar cost summaries must be
submitted for each project location as work is completed for Development projects. The
cost summaries must include the following:
a. The Unique Project Number assigned by the Consultant;
b. A description of the Work carried out;
c. Breakdown of costs for labour, materials and third party supplies; and
d. Supporting documents including daily time and expense cards, approvals for
change in scope/extra work.

The successful Consultant is to submit to the Engineer a Master Invoice as a summary of


all individual cost summaries for the month and must include:
a. The project locations and unique project numbers;
b. The signature of an authorized representative of the company;
c. The cost summary of the Work carried out for each project; and
d. Total amount invoiced for the month.

No part of the contingency allowance shall be expended without the written direction of
the Engineer, and any part not so expended shall be deducted from the contingency
allowance.

5. TERMINATION OF CONTRACT:

The City will reserve the right to terminate the Contract with the Consultant (Engineering
Firm) by written notice at any time during the course of the Work. In such an event,
payment will be made only for the work completed up to the time of termination.

Page 8
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

6. CONTENT OF PROPOSAL:

The Consultant shall confirm a clear understanding of the Work to be undertaken as


described in the Scope of Work. The Proposal must demonstrate that the Consultant and
Consultant Staff (team) have recent and significant experience with this type of Work.
When noting examples of experience gained on similar projects, the proposal must also
note which current staff members worked on each project and what their role was. The
Proposal must specifically address all requirements of the required Work and any matters
related to its successful implementation. The Proposal must indicate what role each of the
Consultant's team will be carrying out for the Project. The Consultant may not substitute
the Project team members noted in the Proposal without permission of the City. Clarity,
style, organization, visual impact and scope are factors that shall be considered in its
presentation. Proposals are to be submitted in two distinct and separate parts: a
"Technical Proposal" and a "Financial Proposal" as outlined hereunder.

Part A: TECHNICAL PROPOSAL:

Technical proposals shall be structured using the following format:


♦ Table of Contents.
♦ Work Plan and Schedule.
♦ Project Team.
♦ Experience with Similar Projects.
♦ Supporting Information.

Part B: FINANCIAL PROPOSAL:

The Consultant shall complete the attached Proposal Form and submit this Proposal Form
as the Financial Proposal in a separate properly identified sealed envelope. Payment will
be made to the Consultant in accordance with the amounts provided in the Proposal Form
based on the actual quantities of work acceptably performed. The Costs/pricing to include
any additional costs associated with COVID-19 measures.

7. EVALUATION CRITERIA:

For the purposes of this Request for Proposal, submissions will be evaluated on the
following criteria:

♦ QUALITY AND COMPLETENESS – Has the Proposal addressed all of the needs
raised? Is the Proposal presented in an organized and professional manner? (Criteria
weight = 10 points)

Page 9
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

♦ CONSULTANT'S EXPERIENCE – Has the Proposal demonstrated a level of expertise


in keeping with the requirements of this Project? (Include references for projects of a
similar nature.) (Criteria weight = 25 points)

♦ EXPERIENCE OF EMPLOYEES/SUB-CONSULTANTS – Has the Proposal


demonstrated a level of expertise for the employees of the Consultant and Sub-
Consultants listed? (Criteria weight = 35 points)

♦ METHODOLOGY – Does the approach to the Project outlined in the Proposal address,
in a realistic sense, attainable goals and is it in keeping with the City's expectations for
the Project? (Criteria weight = 80 points)

♦ COST – Cost will be a factor, however not the only factor to be considered. (Criteria
weight = 50 points)

Consultants are advised that Proposals will be evaluated solely on the basis of information
submitted in accordance with the Request for Proposals. The City reserves the right, if
deemed necessary, to short-list the Proposals and to request an additional verbal
presentation from each short-listed proponent. The Consultant may supplement their
presentation with a summary in written format to clarify points raised during the process.

8. INSURANCE REQUIREMENTS:

The consulting engineering firm shall obtain and keep in force, during the full duration of
this contract, an Errors and Omissions Liability Policy with a minimum limit of two million
dollars, and one million dollars per claim. The Policy shall include a clause stating that
thirty days notice of cancellation of this Policy will be given to the City of Saint John, by the
Insurers. Provide evidence of this policy.

The Consultant must provide proof of current coverage from WorkSafeNB prior to the start
of the work.

The Consultant must provide evidence of the following insurance coverage:

General Liability with minimum limits of two million dollars per occurrence. The Policy
shall include:
• operations of the Consultant in connection with this Project;
• products and completed operations coverage;
• contractual liability with respect to this Project;
• the City of Saint John added as an additional insured;
• a cross liability clause;
• non-owned automobile;
• thirty days notice of cancellation of this Policy will be given to the City of Saint
John, by the insurers;

Page 10
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

• Standard automobile insurance for owned automobiles with at least the


minimum limits allowed by law.

9. COVERING LETTER:

All proposal submissions to the City of Saint John are to be prefaced with a covering letter
which contains an original signature of the individual authorized by the Consultant to
submit proposals on their behalf.

10. STANDARD TERMS AND CONDITIONS:

Addenda

Periodically, the City of Saint John is required to issue notification of changes or


corrections to a bid document by way of addenda. Normally these notifications will have
direct bearing on the cost of a project and will influence the way you bid. Therefore, it is
important that the City have assurances that you in-fact received the notification.

Proponents are responsible for obtaining all addenda issued by the City. Addenda may be
obtained from the City’s website (www.saintjohn.ca) under the menu option “Tender and
Proposals”.

Bidders are required to sign and include all addenda with their bid submission.

Failure to include a copy of all signed addenda with the bid submission, may result in
rejection of your bid regardless of whether the changes noted in the addendum are
included in the bid submission or not.

Advisory Notice

Periodically, the City of Saint John is required to issue clarification notices to a bid
document in the form of an Advisory Notice. Normally these notifications will not have
direct bearing on the cost of a project and will not influence the way you bid.

Proponents are responsible for obtaining all advisory notice(s) issued by the City. Advisory
Notice(s) may be obtained from the City’s website (www.saintjohn.ca) under the menu
option “Tender and Proposals”.

Bidders are instructed to sign the Advisory Notice and return it either by fax to
(506) 658-4742 or email to [email protected] prior to the closing date.

Failure to comply with the instructions on an advisory may result in rejection of your bid.

Review of Proposals
The evaluation committee may invite proponents to meet with the review committee to
make an oral/visual presentation in support of their proposal. The City will provide the
meeting venue at its cost. The proponent shall bear its own costs related to such meeting.

Page 11
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

Additional Information from Proponents

The City of Saint John reserves the right during evaluation of the bids to seek further
information from any proponent and to utilize that information in evaluation and award
without becoming obligated to seek further information from any other proponents.
Clarification of Bids

The City of Saint John reserves the right in its sole discretion to clarify any bid after close
of bidding without becoming obligated to clarify any other bid.
Negotiation

The City reserves the right in its sole discretion to negotiate the final terms and conditions
of the engagement contract with the most probable candidate for award prior to award of
the engagement.

Inconsistency between Paper and Electronic Form

If there is any inconsistency between the paper form of a document issued by or on behalf
of the City to proponents and the digital, electronic or other computer readable form, the
paper form of the document prevails.

Acceptance, Revocation and Rejection of Proposals

The proposal constitutes an offer which shall remain open and irrevocable until 90 days
after the date of the proposal opening.

Reserved Rights

The City reserves the right to:

a) Reject an unbalanced Proposal. For the purpose of this section, an unbalanced


Proposal is a Proposal containing a unit price which deviates substantially from,
or does not fairly represent, reasonable and proper compensation for the unit of
work bid or one that contains prices which appear to be so unbalanced as to
adversely affect the interests of the City. The City reserves the right to use
Proposals submitted in response to other like or similar Requests for Proposals
as a guideline in determining if a bid is unbalanced.

b) Amend or modify the scope of a project, and/or cancel or suspend the Bid
Solicitation at any time for any reason.

c) Require proponents to provide additional information after the Closing Date for
the Bid Solicitation to support or clarify their bids.

d) Not accept any or all bids.

e) Not accept a bid from a bidder who is involved in litigation, arbitration or any
other similar proceeding against the City.

Page 12
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

f) Reject any or all bids without any obligation, compensation or reimbursement to


any bidder or any of its team members.

g) Withdraw a Bid Solicitation and cancel or suspend the Bid Solicitation process.

h) Extend, from time to time, any date, any time period or deadline provided in a Bid
Solicitation (including, without limitation, the Bid Solicitation Closing Date), upon
written notice to all bidders.

i) Assess and reject a bid on the basis of


i. information provided by references;
ii. the bidder’s past performance on previous contracts;
iii. information provided by a bidder pursuant to the City exercising its
clarification rights under the Bid Solicitation process;
iv. the bidder’s experience with performing the type and scope of work
specified including the bidder’s experience;
v. other relevant information that arises during a Bid Solicitation process.

j) Waive formalities and accept bids which substantially comply with the
requirements of the Bid Solicitation.

k) Verify with any bidder or with a third party any information set out in a bid.

l) Disqualify any bidder whose bid contains misrepresentations or any other


inaccurate or misleading information.

m) Disqualify any bidder who has engaged in conduct prohibited by the Bid
Solicitation documents.

n) Make changes including substantial changes to the bid documents provided that
those changes are issued by way of an advisory notice in the manner set out in
the Bid Solicitation documents.

o) Select any bidder other than the bidder whose bid reflects the lowest cost to the
City.

p) Cancel a Bid Solicitation process at any stage.

q) Cancel a Bid Solicitation process at any stage and issue a new Bid Solicitation
for the same or similar deliverable.

r) Accept any bid in whole or in part.

And these reserved rights are in addition to any other express rights or any other rights
which may be implied in the circumstances and the City shall not be liable for any
expenses, costs, losses or any direct or indirect damages incurred or suffered by any
bidder or any third party resulting from the City exercising any of its express or implied
rights under a Bid Solicitation.

Page 13
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

Limitation of Liability and Waiver

In every Bid Solicitation, the City shall draft the documents such that each bidder, by
submitting a bid, agrees that:

a) Neither the City nor any of its employees, agents, advisers or representatives will
be liable, under any circumstances, for any claims arising out of a Bid Solicitation
process including but not limited to costs of preparation of the bid, loss of profits,
loss of opportunity or any other claim.

b) The bidder waives any claim for any compensation of any kind whatsoever
including claims for costs of preparation of the bid, loss of profit or loss of
opportunity by reason of the City’s decision to not accept the bid submitted by the
bidder, to award a contract to any other bidder or to cancel the Bid Solicitation
process, and the bidder shall be deemed to have agreed to waive such right or
claim.

11. TERM OF AGREEMENT:

The term of this contract will be for a period of two years with year two contingent on the
approval of funds by Common Council. (2021, 2022)

There is no guaranteed minimum amount of work in this agreement. Quantities listed on


the “Schedule of Quantities” page are estimated yearly quantities and the City reserves
the right to purchase more or less of the units specified.

12. SUBMITTALS:

When preparing the Agreement for Engineering Services, the Engineering Firm
(Consultant) is required to submit a "Business Corporation Act Certificate" to the Engineer.

13. INQUIRIES:

All inquiries regarding this Request for Proposal shall be submitted in writing, before 4:00
p.m., local time, Wednesday, March 31, 2021, only to the attention of:

Chris Roberts, SCMP, CPPB


Supervisor
Supply Chain Management
Fax: (506) 658-4742
[email protected]

Responses to inquiries will be in the form of addenda and/or advisories where applicable
(see section 10). Verbal information shall not be binding upon the City. Inquiries received
after the above noted time will not receive a response.

Page 14
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

14. ATTACHMENTS:

The attached Appendix provides the Following Forms:

1. Superpave Mix Design Submission Report


2. Asphalt Paving Daily Report
3. Street Surface Preparedness Inspection
4. Asphalt Concrete Compaction Test Report
5. Aggregate Gradation, Asphalt Cement Content, and Superpave Properties Test Report
6. Non-Conformance Report
7. Concrete Work Pour Approval
8. Concrete Testing Summary

15. OTHER RELEVANT DOCUMENT:

The following document is available on the City website www.saintjohn.ca under


Corporate Administration->Purchasing & Materials Management:

2020 City of Saint John General Specifications.pdf

16. SUBMISSION OF PROPOSALS:

Consultants shall deliver six (6) copies of the Technical Proposal and supporting
information, six (6) copies of the Financial Proposal and one (1) electronic version of both
the Technical and Financial Proposals (on a flash drive) no later than 4:00 pm, local time,
Thursday, April 8, 2021, clearly indicating the Consultant's name and address and marked
"Proposal 2021-091301P: Materials Testing and Construction Inspection Services", to the
attention of:

Chris Roberts, SCMP, CPPB


Supervisor
Materials Management
City of Saint John
175 Rothesay Avenue
Saint John, NB, E2J 2B4

Notes:

1. Late proposals or proposals submitted by facsimile will be rejected.


2. The City assumes no responsibility for improperly addressed or delivered proposals.
3. The City of Saint John does not, by virtue of this proposal call, commit to an award of
this bid, nor does it commit to accepting the lowest or any proposal submitted, but

Page 15
RFP No. 2021-091301P
Materials Testing and Construction Inspection Services

reserves the right to award this proposal in any manner deemed to be in the best
interest of the City.
4. The Financial Proposal is to be submitted in the Consultant's package in a separate
sealed envelope, clearly marked as "Financial Proposal: Materials Testing and
Construction Inspection Services”, with the Consultant's name and address.
5. Consultants must propose on the entire project – incomplete proposals will be rejected.

Due to the ongoing pandemic, there will be no public opening.

Page 16
2021-091301P
Materials and Construction Testing, Inspection, and Engineering Technical Services
Asphalt Concrete, Portland Cement Concrete, and Soils and Granular Materials Compaction

APPENDIX

FORMS

1. Superpave Mix Design Submission Report


2. Asphalt Paving Daily Report
3. Street Surface Preparedness Inspection
4. Asphalt Concrete Compaction Test Report
5. Aggregate Gradation, Asphalt Cement Content,
and Superpave Properties Test Report
6. Non-Conformance Report
7. Concrete Work Pour Approval
8. Concrete Testing Summary
9. Proposal Form
2021-091301P
Materials and Construction Testing, Inspection, and Engineering Technical Services
Asphalt Concrete, Portland Cement Concrete, and Soils and Granular Materials Compaction
Page 19
Page 20
Page 21
Page 22
Page 23
Page 24
Page 25
Page 26
PROPOSAL FORM
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

A ASPHALT CONCRETE TESTING AND


INSPECTION

a) Engineering Technologists for providing Hr 4,300 3,300


testing and inspection at the plant, paving
site and laboratory, as specified in the
Terms of Reference

b) Senior Engineering Technologists for Hr 450 450


project management and consultation, as
required

c) Professional Engineer for submission Hr 66 66


review, report review, non-conformance
review, and consultation as required.

d) Mileage (to and from plant, work site, and km 9,600 9,600
laboratory)

e) Calibrated nuclear density test (including Ea 215 215


nuclear density gauge and not including
Engineering Technologist time).

SHEET 1 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

ASPHALT CONCRETE TESTING AND


INSPECTION - CONT'D
f) Laboratory Testing

i) QA Superpave mix PGAC content, Ea 215 215


aggregate gradation, and volumetric
properties by Superpave gyratory
compactor (Gmb, Gmm, AV, VMA, VFA,
%Gmm@Ndesign, DR). Visual verification for
the presence of any deleterious fibres or
materials

ii) QA pavement cores thickness, BRD, MRD Ea 215 215


from i), and percent compaction
iii) Ignition oven calibration, basic no Ea 14 14
aggregate correction factors
iv) PGAC compliance verification of the Ea 6 6
nominal grade of an asphalt binder
v) Verification of Superpave mix design with Ea 6 6
aggregate consensus properties, specific
gravity and absorption of aggregates,
preparation, and testing to verify mix
properties using two specimens taken to
Ndesign

vi) Superpave Tensile Strength Ratio (TSR) Ea 6 6

SHEET 2 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

ASPHALT CONCRETE TESTING AND


INSPECTION - CONT'D

vii) Superpave aggregate consensus


properties
1 Fractured particles in coarse aggregate Ea 6 6

2 Flat and elongated particles in coarse Ea 6 6


aggregate
3 Uncompacted void content of fine Ea 6 6
aggregate
4 Sand equivalent of fine aggregate Ea 6 6

viii) Aggregate gradation and asphalt cement Ea 6 6


content of RAP sample
viiii) Micro-Deval (coarse or fine aggregate) Ea 9 9

x) Specific gravity and absorption (coarse or Ea 9 9


fine aggregate)
xi) Gradation (sieve) analysis Ea 15 15

Note: Item f) above is inclusive of all


Engineering Technologist's time, testing
equipment, and consumables required for
each test.

SHEET 3 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

ASPHALT CONCRETE TESTING AND


INSPECTION-CONT'D

g) Contingency Allowance LS 1 60,000.00 60,000.00 1 60,000.00 60,000.00

AMOUNT "A"
(ASPHALT CONCRETE TESTING AND
INSPECTION ) ---- ---- ---- ----

SHEET 4 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

B PORTLAND CEMENT CONCRETE


TESTING AND INSPECTION
a) Engineering Technologists for providing Hr 2250 2,250
construction supervision, inspection, and
testing for new installation of concrete curb
and sidewalk, sampling of concrete,
carrying out field testing including air
content, slump, temperature, and casting
specimens for compressive strength tests.
In addition, the Engineering Technologists
shall carry out curing, capping of concrete
test samples, and reporting of field and
laboratory test results, as required, as
specified in the Terms of Reference.

b) Compressive strength of concrete Ea 330 330


including the supply of molds, per cylinder

SHEET 5 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

PORTLAND CEMENT CONCRETE


TESTING AND INSPECTION - CONT'D

c) Mileage (to and from work site and km 9600 9,600


laboratory)

d) Contingency Allowance LS 1 $20,000.00 $20,000.00 1 $20,000.00 $20,000.00

AMOUNT "B"
(PORTLAND CEMENT CONCRETE)
---- ---- ---- ----

SHEET 6 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

C SOILS COMPACTION TESTING AND


INSPECTION

a) Engineering Technologist for providing Hr 172 172


field testing of in-place density of
compacted granular materials and
laboratory testing of base and subbase
aggregates, as required, as per the Terms
of Reference

b) Professional Geotechnical Engineer for Hr 27 27


providing consultation, as requested.

c) Mileage to and from the laboratory and km 330 330


work site

d) Laboratory and Site Testing (not including


Engineering Technologist time)

i) Sieve analysis Ea 15 15

ii) Moisture/density relationship Ea 15 15

SHEET 7 OF 8
PROPOSAL FORM

PROPOSAL NUMBER:2021-091301P
UNIT PRICE TO BE EITHER
TITLE: MATERIALS TESTING & CONSTRUCTION INSPECTION SERVICES
TYPEWRITTEN OR PRINTED
ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE & SOILS NUMERICALLY
COMPACTION
ITEM 2021 2022
DESCRIPTION UNIT EST. EST.
NO. BID PRICE TOTAL ($) BID PRICE TOTAL ($)
QTY. QTY.

SOILS COMPACTION TESTING AND


INSPECTION - CONT'D

iii) Nuclear Density (including nuclear density Each 60 60


gauge).

e) Contingency Allowance LS 1 $10,000.00 $10,000.00 1 $10,000.00 $10,000.00

AMOUNT "C" (SOILS COMPACTION ---- ----


TESTING AND INSPECTION) ---- ---- ---- ---- ----

---- ----
SUB-TOTALS (ITEMS A+B+C ) ---- ---- ---- ---- ----

---- ----
HARMONIZED SALES TAX
---- ---- ---- ---- ----
(HST) 15%

---- ----
TOTALS INCLUDING HST ---- ---- ---- ---- ----

TOTAL FOR 2021 AND 2022 INCLUDING


HST

SHEET 8 OF 8

You might also like